Loading...
HomeMy WebLinkAboutAgenda Report - March 7, 2012 I-01AGENDA ITEM =40 1 yCITY OF LODI Oq<IFOR�PCOUNCIL COMMUNICATION AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 2 Project and Appropriating Funds ($5,690,000): A. Teichert Construction, of Roseville, for Construction ($4,199,640) B. RMC Water and Environment, of Walnut Creek, for Construction Administration Services ($416,993) C. National Meter and Automation, Inc., of Santa Rosa, for Meter Assemblies and Field Documentation ($527,199) MEETING DATE: March 7, 2012 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute agreements with the following entities for the Water Meter Program Phase 2 Project and appropriating funds in the amount of $5,690,000: A. Teichert Construction, of Roseville, for construction, in the amount of $4,199,640 B. RMC Water and Environment, of Walnut Creek, for construction administration services, in the amount of $416,993 C. National Meter and Automation, Inc., of Santa Rosa, for meter assemblies and field documentation, in the amount of $527,199 BACKGROUND INFORMATION: At the May 2, 2007 City Council meeting, the Water Meter Retrofit Policy was adopted. The primary objectives of the Water Meter Retrofit Policy were to accelerate the installation of residential water meters and shorten the time period during which customers would be paying for water on flat rate versus on usage base. A. Construction Contract At the October 20, 2010 City Council meeting, a seven-year construction phasing was approved and the property owner meter payment was capped at $300 per parcel. The first of seven construction projects was awarded by Council in March 2011 and included the installation of 3,698 meters and the replacement of 4,220 feet of water main. The project area for Phase 2 is presented in Exhibit A and includes the installation of 2,111 meters and the replacement of 26,350 feet (five miles) of water main. Specifications for this project were approved on December 21, 2011. The City received the following 12 bids for this project on February 8, 2012. 6]TL 93 Konradt Bartlam, City Manager K:\WP\PROJECTS\WATERWIeters\Water Meter Program Phase 2\CAward.doc 2/21/2012 Adopt Resolution Authorizing City Managerto Execute Agreements with the Following Entities for the Water Meter Program Phase 2 Project and Appropriating Funds ($5,690,000): A. Teichert Construction, of Roseville, for Construction ($4,199,640) B. RMC Water and Environment, of Walnut Creek, for Construction Administration Services ($416,993) C. National Meter and Automation, Inc., of Santa Rosa, for MeterAssemblies and Field Documentation ($527,199) March 7, 2012 Page 2 Bidder Location Bid Engineer's Estimate $5,739,835 Teichert Construction Roseville $4,199,640 Navajo Pipelines Sacramento $4,411,230 Knife River Construction Stockton $4,496,395 Mountain Cascade Livermore $4,598,370 Vinciguerra Construction Jackson $4,733,820 Mozingo Construction Oakdale $4,769,280 Marques Pipeline Sacramento $4,985,995 Preston Pipelines Milpitas $5,318,775 Vulcan Construction Fresno $5,493,331 Arrow Construction Sacramento $5,624,429* Pacific Underground San Jose $5,750,517 West Valley Construction San Jose $7,324,961 *Corrected Total B. Construction Administration Services Staff recommends RMC Water and Environment, of Walnut Creek, perform construction administration services. As the design engineer for this project, RMC is ideally suited to perform these duties. This is a time -and -materials contract with a not -to -exceed maximum of $416,993. This contract price is approximately two times the Phase 1 Construction Administration Services price because the amount of pipe installation is six times that of Phase 1. C. Water MeterAssemblies National Meter and Automation, Inc., of Santa Rosa, is the local supplier for Badger Meter, Inc., of Milwaukee, that was approved by City Council on August 4, 2010, as the sole source provider of water meters to the Water Meter Program. Staff, along with RMC, has negotiated the necessary terms and requirements of the water meter assemblies' procurement and related field services. Field services include the delivery of meters to the City and recordation of model, serial number, address, and location of approximately 2,300 meters to be installed with the Phase 2 project. The total contract amount is $527,199. Appropriation The total project appropriation is $5,690,000 and includes the contracts described above, Public Works Engineering staff costs and contingency, as summarized below. A portion of the contingency funds will be used to install meters on selected apartment buildings to validate meter sizing calculations. K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase 2\CAward.doc 2/21/2072 Adopt Resolution Authorizing City Manager to Execute Agreements with the Following Entities for the Water Meter Program Phase 2 Project and Appropriating Funds ($5,690,000): A. Teichert Construction, of Roseville, for Construction ($4,199,640) B. RMC Water and Environment, of Walnut Creek, for Construction Administration Services ($416,993) C. National Meter and Automation, Inc., of Santa Rosa, for Meter Assemblies and Field Documentation ($527,199) March 7, 2012 Page 3 Budget Item Amount Construction Contract $4,199,640 National Meter Purchase $527,199 RMC Construction Management $416,993 Public Works Engineering $30,000 Total $5;173,832 Pro'ect Contingency $516,168 Pro'ectTotal Budget $5,690,000 FISCAL IMPACT: Water main leak and service repairs will be reduced. No additional costs will be incurred for reading of the meters as they are automatically read concurrent with the reading of the electric meters. FUNDING AVAILABLE: Requested Appropriation: Water Capital Fund (181): $5,690,000 Jora'an Ayers Deputy City Manager/Internal Services Director d W io"'� F Wally Sa delin Public Works Director cc: Charles Swirnley, Deputy Public Works Director Tony Valdivia, RMC Water and Environment K:\WP\PROJECTS\WATER\Meters\Water Meter Program Phase=Award.doc 2/21/2012 ON m5 w ..4 9I mlI ®mww sierra r gw ®o --walm® \ ®■®■■l �l rb-� r �� rru (1J �1®► �� .� �P , *,, �. +_+ UI/■/i[f� Ir,vs �tt �� 2� • ®� �� �■ ��,' �i�jmir,,.®.,�E�� � i�+ r �■��y ��` , +rr iI ` r� a ®y ALmG1�i11i1ii11AN6 �+® �l [■ 1T.� s =! �r' ♦ �� � 10,� mm>e ■�_ �t �,���® rf - r■ = c-, a"'� ♦o> IP,��ra--;,1� rl i1l�hYl�i a r v i [� r n = c -/1%J ♦ ti 1v �j Al ®A� r■ �®-. a .� _i illi►• ♦�• ®�®�� (�� E� lNINOMii ��iia' lis �� Gim�/,r � IIIA11 ����� � � � S0®� �.1��' o ♦ iA► y� .iiilYiiirlr■■■■■■■IiM IIYMM■M� i IP�Illilll G 24 Rol Ilk IIMf11411�p� ii1NA*#IAA pNl#®I�i11. ��gM111 i®r■111®r� ®� IMP dVNVAF, 11110►1 i1N111111d�®311®,��i 11i 111111111' mfrrrm��+�d=ir,i�� �i� � .. rte; ^�** � rpw�o�N���■®�■,■q� r' .11111111.1111111., . tu-11�d���� � ■ M1111s 40.! u..11111r®wrlAl__,a:L•L�c�®■Illllllllla�-�__. Auucaad1i�11�1 ■■g111111r1®�■ +}��Fm�!'Mrrr��r■MiMA iNi1111P; l Illlllllllh JiI�;l�;- ��1111111:9 ii1111rr111ioidjiA1111lyrimmil, ';Irl1Il_3 Illlllrlr� IIIH.Ro .rlpa.®1HIIII.A. - ,r�® ®�1`i�®Mtil �.r°.� P�'�I. "rlGi!G1:.:I .e�l'l1E® Ilion � . ' ��roll, 1111 ®.IaIW',s N ■•�'r IIIr .: rr r., +.I. i�r 11 rho ; .� -� ■ ..... '�\IIIAI ®.;Ed.:IIIIII�� .IIiII��ti�slillllk; i�--1:�1� .. -�-` IAlll moms. e �* 1 s ...■�� �n�lt�r��l 111 -'^"�- jjF�� H■11 cul t i r 1 ; � >t.r...urvvti Irrriilin;r .,.grrrrlrr 91rr__- r f.. /�.+►�.-__---- i nt Ledo Water Meter Prearam P WATER METER PROGRAM PHASE 2 METER INSTALLATION AND MAIN REPLACEMENT CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and TEICHERT CONSTRUCTION, herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The May 2006 Edition, Standard Specifications, State of California, Business and Transportation Agency, Departmentof Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE 111 - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, Contract. DOC 1 02/14/12 and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to construct approximately 24,250 lineal feet of 8 -inch, 6 -inch, and 4 -inch replacement water main and approximately 2,100 water meter assemblies, and other incidental and related work, in accordance with Plans and Specifications for "Water Meter Program Phase 2". BID ITEMS ITEM EST'D UNIT TOTAL NO. DESCRIPTION UNIT QTY PRICE PRICE Water Main Replacement 1 Construction Notifications LS 1 $10,000.00 $10,000.00 2 Excavation Safety/Shoring and Bracing LS 1 $20,000.00 $20,000.00 Storm Water Pollution Prevention Plan and Construction 3 Site Monitoring and Reporting Plan LS 1 $12,000.00 $12,000.00 4 Traffic Control LS 1 $20,000.00 $20,000.00 5 Install 8" Water Pipeline LF 22,700 $51.00 $1,157,700.00 6 Install 6" Water Pipeline LF 2,850 $40.00 $114,000.00 7 Install 4" Water Pipeline LF 400 $54.00 $21,600.00 8 Install Additional 8" Ductile Iron Water Main LF 200 $90.00 $18,000.00 9 Install Additional 6" Ductile Iron Water Main LF 100 $89.00 $8,900.00 10 Install Additional 4" Ductile Iron Water Main LF 100 $88.00 $8,800.00 11 Install 8" Water Valve EA 55 $1,700.00 $93,500.00 12 Install 6 Water Valve EA 38 $1,550.00 $58,900.00 13 Install 4" Water Valve EA 2 $1,400.00 $2,800.00 14 Hot Tap Connection 1 2 x 8" with 8" Tapping Valve EA 2 $1,600.00 $3,200.00 15 Hot Tap Connection 10" x 8" with 8" Tapping Valve EA 3 $1,450.00 $4,350.00 16 Hot Tap Connection 8 x 8" with 8" Tapping Valve EA 7 $1,440.00 $10,080.00 17 Hot Tap Connection 12" x 6" with 6" Tapping Valve EA 4 $1,300.00 $5,200.00 18 Hot Tap Connection 6 x 6" with 6" Tapping Valve EA 20 $1,250.00 $25,000.00 19 Hot Tap Connection 6" x 4" with 4 Tapping Valve EA 2 $1,200.00 $2,400.00 20 Hot Tap Connection 4" x 4" with 4" Tapping Valve EA 2 $1,200.00 $2,400.00 21 Connect New Main to Existing Main EA 17 $4,000.00 $68,000.00 22 Cap and Abandon Existing Main Connection EA 100 $1,250.00 $125,000.00 23 Install Fire Hydrant Assembly EA 13 $3,800.00 $49,400.00 24 Reset Existing Fire Hydrant Assembly EA 9 $2,900.00 $26,100.00 25 Install Blow -off EA 4 $1,200.00 $4,800.00 26 Restore Additional Asphalt Concrete SF 25,000 $3.50 $87,500.00 Meter Installations 27 Install Meter Class A EA 427 $65.00 $27,755.00 Contract. DOC 2 02/14/12 ITEM NO. DESCRIPTION UNIT EST'D QTY UNIT PRICE TOTAL PRICE 28 Install Meter Class B EA 168 $360.00 $60,480.00 29 Install Meter Class C EA 464 $550.00 $255,200.00 30 Install Meter Class D EA 154 $600.00 $92,400.00 31 Install Meter Class E EA 853 $1,400.00 $1,194,200.00 32 Install Meter Class E- Alternate connection EA 30 $1,950.00 $58,500.00 Install Meter Class E- Alternate connection, Existing 33 Box EA 15 $1,300.00 $19,500.00 34 Install Large Water Service- Class B, C, DAdd On EA 10 $650.00 $6,500.00 35 Install Large Water Service- Class EAdd On EA 10 $1,100.00 $11,000.00 36 Replace Angle Meter Stop Valves EA 150 $100.00 $15,000.00 37 Upgrade to Traffic Rated Water Meter Box EA 60 $70.00 $4,200.00 38 Install Additional I -inch Service Line LF 1,000 $31.00 $31,000.00 39 Install Additional 1.5 -inch Service Line LF 500 $32.00 $16,000.00 40 Install Additional 2 -inch Service Line LF 200 $33.00 $6,600.00 41 Install Additional Water Service Tap EA 15 $320.00 $4,800.00 42 Abandon Existing Service EA 15 $125.00 $1,875.00 43 Construct Concrete Surface Restoration SF 4,500 $8.00 $36,000.00 44 Construct Additional Surface Restoration Allowance 1 $250,000.00 $250,000.00 Mobilization/Demobilization (Mobilization: Max 2.5% of 45 total contract, Demobilization: Min 21/6 of total contract) EA 1 $149,000.00 $149,000.00 TOTAL $4,199,640.00 ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the Citywill be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 210 CALENDAR DAYS or the date stipulated in the Notice to Proceed. WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDERTHE CONTRACT. Contract.DOC 3 02/14112 IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI 0 Title (CORPORATE SEAL) By: Konradt Bartlam City Manager Date: Attest: City Clerk Approved As To Form 5. Stephen Sch ber City Attorney Contract.DOC 4 02/14/12 City of Lodi Water Meter Program Task Order No. 4 Phase 2 Construction Management Services Exhibit A - Detailed Scope of Work The City of Lodi (City) Water Meter Program (WMP) Phase 2 Water Meter Installation and Main Replacement Project consists of the construction/installation of the following: • Approximately 26,350 lineal feet of water main to replace existing, undersized mains located in backyard easements. • Approximately 2,111 residential water meters and related water service improvements. This Scope of Work (SOW) for construction management services associated with the City's WMP Phase 2 project includes four tasks described below for the various work components and the responsible person(s), the applicable work phase and duration for the task, the deliverables, and assumptions used in developing the scope of work and associated level of effort included in the budget. The performance of this SOW by Consultant is for the sole benefit of the City and shall not be relied upon or used by any third party without the express written consent of the City and Consultant. Basis for Scope and Fee: The basis for the scope and level of effort shown in the budget is a construction contract duration of 210 calendar days (approximately 147 working days or 30 weeks), extending from March to October 2012. It is also assumed for staffing and level of effort estimates that there will be up to three pipeline construction crews for water main installation and up to one meter installation crew. This assumption has dictated assumed staffing for the project, which may need to be adjusted based on the contractor's actual crew deployment during construction. Task 1— Engineering Services During Construction(ESDC) Purpose: The Consultant shall provide engineering services during construction to address review and respond to contractor submittals, prepare record drawings and to provide overall technical support to the City. The ESDC effort will be led by Tom Dugan (Resident Engineer - RE) and supported by the WMP Phase 2 design team of Mike Matson (Senior Reviewer), Kevin Smith (Project Manager), and Victor Alaniz (CAD Production). Phase/Duration: Entire Contract Period; March -October 2012 Task 1.1— Submittal Review Consultant will review contractor submittals for compliance with the Contract Documents. Consultant will process submittals that require the engineer of record's review and approval. Consultant will prepare written submittal review comments for each submittal and provide the City submittal recommendations. Assumptions: • The level of effort is limited to the budgeted hours Deliverables: • Submittal review written comments and action recommendation (e.g. Make Corrections WM P Phase 2 Construction Management Services 1 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter ProgramTask Order No. 4 Noted) on City standard form. Task 1.2 — Clarifications and RFI Responses Consultant will provide technical responses to contractor requests for information (RFIs), technical support to resolve field issues and conflicts and prepare Contract Document Clarifications (CDC) to clarify requirements of the work. Consultant will respond to RFIs and clarification requests as needed or as directed by the RE. Consultant may conduct site visits to gain an understanding of field issues if required. Assumptions: • The level of effort is limited to the budgeted hours Deliverables: • Written design clarifications and RFI responses to drawings and/or specification using standard RMC forms Task 1.3 — Record Drawings Consultant will prepare record drawings from the contractor's as -built WMP Phase 2 drawings. Asssumptions: • Contractor as -built markups will be of sufficient content and quality for drafting into CAD files Deliverables: • Hard Copy: One (1 lull size vellum drawing set • Electronic: One PDF file set of drawings and the specifications, and one set of AutoCAD files Task 1.4 — Permit Registration Documents ; DRD; Prior to the start of construction activity, the City of Lodi must apply for coverage under the General Construction Storm Water Permit (2009-0009-DWQ). The City will be required to file completed Permit Registration Documents (PRDs) and receive the State Water Resources Control Board (SWRCB) approval by being issued a Waste Discharger identification number (WDID). ). The PRDs, along with SWPPP, will be prepared by the contractor and treated as a submittal. Consultant will support the City in reviewing the completeness and accuracy of the PRDs and SWPPP. The Contractor will serve as the "Data Submitter" and be responsible for uploading the documents to the SMARTS. The City will serve as the Legally Responsible Person (LRP) and will review the Consultant comments prior to the submittal being returned to the contractor. Assumptions: • The level of effort is limited to the budgeted hours Deliverable: • Consultant shall prepare written submittal review comments on the contractor's PRD, SWPPP, SWPPP amendments, reports, and filings for Notice of Termination (NOT). Task 2 —Contract Administration Purpose: The Consultant shall provide construction contract administration services throughout the WMP Phase 2 construction period. Services will include the subtasks described below. Contract administration activities will be led by Tom Dugan (RE) and supported by RMC and Nolte Vertical Five Phase 2 Construction Management Services 2 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 (NV5) staff. Phase/Duration: Entire Contract Period; March - October 2012 plus a one month closeout period. Task2.1-ContractAward The Consultant will support the City as needed during contract award and execution of the contract. Consultant activities during this period may include assisting the City with processing and reviewing the contractor's performance and payment bonds, and insurance certificates for general liability and property damage insurance, and workers' compensation. Assumptions: • The level of effort is limited to the budgeted hours Task 2.2 - Pre -Construction Meeting The Consultant will organize, prepare for and conduct the pre -construction meeting between the Contractor, Consultant, the City Construction Project Manager (CPM) and other key City staff. Deliverable: • Pre -Construction Meeting Agenda and Minutes Task2.3 - Monthly Progress Payment The Consultant will review the Contractor's monthly payment request and recommend an action to the CPM, who will be responsible for approving the Contractor's monthly payment request. As a part of the pay request review process, Consultant will review contractor record drawing markups, monthly construction schedule update, dust control effectiveness and SVVPPP implementation and make recommendations for withholding payment if these items are not in conformance with the Contract Documents. Assumptions: • Up to seven (7) monthly progress payment requestswill be processed. Deliverable: • Monthly written pay request comments and recommended City action on City payment request form. Task 2.4 - Contract Change Orders The Consultant will be responsible for managing contract change order processing. The Consultant will identify potential contract change orders (PCOs) and coordinate with the CPM and Contractor regarding the PCO. The Consultant and CPM will meet with the Contractor to negotiate changes to the construction contract cost and schedule associated with the PCO. The Consultant will prepare a recommendation for action to the City for resolving the POO and prepare contract change order documentation for acceptance by the City. Consultant will track all change orders through project acceptance. The Consultant will review proposed construction change orders involving changes to the design intent. The Consultant ESDC staff will prepare design details, documentation and construction cost estimates as requested for change orders. Assumptions: • Up to two change orders will be processed for City approval Phase 2 Construction Management Services 3 Scope of Work Rev. 2 February 17,2012 City of Lodi Water Meter Program Task Order No. 4 • Change orders will consist of an aggregation of PCO items consolidated into a single Change Order Deliverable: • PCO/CCO tracking log in MS Excel format • Contract Change Order documentation Task2.5 - Schedule Review The Consultant will review the contractor's initial baseline schedule and subsequent schedule updates. The review will include evaluation of schedule activities, logic, durations, critical path items, incorporation of constraints and requirements, progress of the construction. Assumptions: O Up to seven total schedule submittals (initial and updates) will be submitted by contractor Deliverable: o Written comments to the Contractor on the baseline and monthly schedule updates Task2.6 - Construction Progress Meetings The Consultant will schedule and conduct monthly construction progress meetings with the CPM and Contractor. The Consultant will also informally meet with the contractor regularly to discuss progress and expected upcoming activity. Assumptions: • Up to seven (7) monthly progress meetings will be conducted by Consultant • Lead inspector time for progress meetings is included in Task 3.1 Delivera ble: • Monthly construction meeting agenda and minutes in .pdf format via email Task 2.7 - Public Noticing Support The Consultant will support and oversee noticing tasks required of the Contractor ahead of work in areas of the City. The Consultant will review contractor notices and ensure that the contractor performs noticing as required in the Contract Documents. Consultant will develop and post to the City web page monthly construction fliers informing residents of the construction status and prepare and distribute up to 10 additional supplemental noticing documents. The Contractor will separately prepare and distribute construction notices to residents ahead of commencement of construction work in the affected neighborhood. Assumptions: • RE will support contractor and lead inspector efforts in public noticing to the level of effort in the Task 2.9 budget • Lead inspector time for public noticing support is included in Task 3 Deliverable: • Construction updates for Citywebpage posting • Up to 10supplemental notices in door hangerformat Task2.8 - Meter Assembly Procurement Management The Consultant will assist the City in reviewing the meter assembly manifests and condition of Phase 2 Construction Management Services 4 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 the meters at time of delivery to the Contractor's warehouse. The Contractor will have ultimate responsibility for scheduling meter assembly deliveries with the meter supplier, and keeping the Consultant and/or City informed of the meter assembly delivery schedule. ngaiivcrnhia- • Reviewed meter assembly manifests Task 2.9 - Project Closeout Prior to final acceptance, the CPM, Consultant, and contractor will conduct a site walk and prepare an official punch list of all incomplete contract work items that the contractor must correct. The Consultant will also review the contractor's as -built records and confirm that all contract documents (i.e. warranties and guarantee) are complete and accurate. The Consultant will review the contractor's final pay request and prepare a letter of recommendation that the City accept the Contract work for the project. Deliverables: • Punch list of Incomplete Contract work items • Letter of Recommendation for acceptance the Contract work for the project. Task 3 — Field Observation Activities Purpose: The Consultant will provide limited inspection services throughout the construction period. Services will include general field observation and inspection tasks, mainline and meter installation inspection and/or observation, and providing and coordinating specialty inspections and testing for the project. The task lead will be Bill Ballou (Lead Field Inspector). Phase/Duration: Entire Contract Period; March - October 2012 Task 3.1 - Monitor Field Activity The Consultant will direct and coordinate field observation services necessary to monitor compliance with the Contract Documents. The Consultant is responsible for directing and documenting field inspections and observations consistent with the requirements of the Contract Documents. The Consultant will document construction activity, record construction progress, and track field changes to main replacement plan and profiles and meter installation plans. The contractor will be responsible for the official as -built markup drawings. Monitoring and coordination activities will include: • Requesting and have performed special testing/inspection as necessary (e.g. soil backfill and AC pavement compaction, concrete sampling and testing); • Assigningfield staff to areas of construction activity; • Communicating with field staff to maintain a consistent field observation and inspection practice; • Tracking time and materials force account work, including verifying proper documentation from contractor; • Coordinating service shut down and restoration requests with the City MSC staff; • Checking materials and equipment against qualified products list and submittals and respective certificates of compliance; • Checking certified laboratory test and field test reports. The Consultant will coordinate daily with the contractor to assess performance and work Phase 2 Construction Management Services 5 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 progress. The Contractor is responsible for quality control of its work and full compliance with contract documents; the Consultant is responsible for quality assurance for the Contractor's work. The Consultant will enforce compliance through the use of Advisory Notices and Non- compliance Notices to the extent provided for in the Contract Documents. Task 3.2 — Replacement Water Main Installation The Consultant will be responsible for observing and reporting for the following pipeline installation activities: • Reviewing the Contractor's activities (means and methods) to ensure performance that meets the requirements of the Contract Documents; • Verifying that the appropriate and submitted materials are being used in accordance with the manufacturer's recommendation and the Contract Documents; • Coordinating daily with the Contractor and/or CPM; • Recording construction activity (Daily Inspection Reports); • Reviewing Contractor's as -built mark ups at least monthly; • Witnessing the mainline hydrostatic pressure tests and disinfection in accordance with the Testing and Inspection Summary Table in Task 3.4, including collecting samples for Bac-T testing by City as requested by the contractor and the City; • Verifying proper installation of 1 -inch service "hot taps" on existing and replacement water mains; • Verifying abandonment of water mains. The Consultant will complete daily field inspection reports for days when field inspection and observation are performed to document construction and inspection activities. Task3.3 — Meter Installation The Consultant will provide, oversee and direct field intern observer(s) who will be responsible for observation of the meter installations, 1 -inch and 2 -inch service line installations (mainline to dwelling), and the abandonment of backyard service lines. The Consultant activities may also include: o Witnessing water meter installations, backyard service abandonments, and 1 -inch service "hot taps" to the mainline; • Documenting meter installation and field condition changes on the Phase 2 in -field meter installation database. • Preparing daily reports when in the field and tracking field changes to the plans. • Coordinating amongst the Consultant team regarding the contractor's work sites, activities, and potential contract deviations. Task 3.4—Materials Testing The Consultant will provide the services of a materials testing firm that will be available on-call to perform soil backfill compaction, concrete sampling and compression testing, asphalt concrete compaction, and related sampling and testing. The Consultant will schedule specialty inspections and testing, observe sampling and field tests and review test results. The Testing and Inspection Summary Table below provides an estimated number of tests expected to be performed for the project. Phase 2 Construction Management Services 6 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 TPctinn and IncnPctinn Summary Tat le Activity Methoyiiiiiiiiiiil ?sting Frequency Test Description/Notes iiiijv�gintity Specification Reference Trench Section Bedding Cal Test Test every 500 -if to Test imported material to verify Special Provision 6-19; Standard 231; ASTM achieve a relative density contractor's submittal Specification 19-5; Standard D7380 of 90% 53 Detail 501A& 506 Haunching Cal Test Test every5004f to Test imported material to verify Special Provision 6-19; Standard 231; ASTM achieve a relative density contractor's submittal Specification 19-5; Standard D7380 of 90% Detail 501A & 506 Pipe Zone/Final Cal Test Test every 500 -If to Test imported material to verify Special Provision 6-19; Standard Backfill 231; ASTM achieve a relative density contractor's submittal Specification 19-5; Standard D7380 of 92% Detail 501A & 506 Structures and Cal Test Compaction test around Test imported material to verify 10 Special Provision 6-19; Standard Manholes 231; ASTM all manhole& structures; contractor's submittal Specification 19-5; Standard D7380 R.C. 92% Detail 501A& 506 Yard Restoration Cal Test Landscaped areas 85%for No testing anticipated for 0 Special Provision 6-19.05 231; ASTM top 6 -inches private yards D7380 Subgrade Cal Test Compaction test: 90% min Notesting anticipated of private 5 Special Provision 6-19.05 Compaction 231; ASTM 8-inch(typ.), 90%12 -inch property; Minimal testing within (Sidewalks/Drive) D7380 commercial driveway Public Right of Way. Curb and Gutter, Cal Test Conductslump test (4- Notesting anticipated of private 10 Special Provision 6-19.05 Sidewalk, 521; ASTM inch slump, 3000 psi property; Minimal testing within Driveway c39 Public RNV to verify mix design performance. Trench Cal Test TestPC density every Perform Nuclear Gauge Density 53 Special Provisions6-39 308,309 4001f Test Street Patch Cal Test Test AC density upon Perform Nuclear Gauge Density 20 Class E 308,309 request Test Purpose: The Consultant will provide document and project management services, including project closeout documentation activities. This task will be led by Tom Dugan (RE). On optional service is included that would develop and implement a protocol to test field tablet computers for field staff data entry. Phase/Duration: Entire Contract Period; March- November 2012 Phase 2 Construction Management Services 7 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 Task4.1— Construction Document Management The Consultant will maintain a working copy (digital format) of construction documentation and will maintain activity logs. The Consultant will also administer the submittal review process. The Consultant will review the Contractor's submittal schedule for completeness and will provide written comments to the Contractor. The Consultant shall retain copies of all submittal documents and ensure that an accurate file is available for ready retrieval throughout the project. The following list of documents that will be included in the project construction documentation file: • Submittals and Shop Drawings • RFIs and Design Clarifications • Progress Payment Requests • Potential Change Orders • Change Orders • Pending Claims • Work Change Directives • Inspector Daily Reports • Material Testing Reports • Construction Meeting Minutes • General Project Correspondence • Construction Photos • Contractor Project Schedule and Updates • Meter Assembly Manifest and Field Data • Project Closeout Summary (i.e. Contractor's guarantees) Assu mot ions: request for acceptance, warranty and • Construction documentation will be stored on and made accessible to the City through RMC's FileShare FTP site. • Consultant will provide FTP site access information (user name and password) to CPM. • City will be responsible for downloading information and documents for its use. • City will request that Consultant upload information to the FTP site to maintain content control with Consultant. • Consultant will utilize a part time intern to enter field data from field staff into the field database ngaiivcrnhlce- • Compiled construction documentation organized by type and ordered by serial number or chronologically Task 4.2 — Conformed Phase 9 and Phase 2 Database The Consultant shall merge the Phase 2 construction database with the Field Reconnaissance database delivered to the City under Task Order No. 1. The addition of construction records to 2010 field reconnaissance information will provide a valuable source of asset management data to the City. This merging was not completed for Phase 1.The Phase 1 construction database Phase 2 Construction Management Services 8 Rev. 2 Scope of Work February17,2012 City of Lodi Water Meter Program Task Order No. 4 would be merged as part of this task. Assumptions: o City will provide Consultant with up to date list of Assessor Parcel Numbers (APN)in the City. Consultantwill merge databases using Assessor Parcel Numbers. o Consultant will review merged database and, where possible, combine data fields from the different datasets that contain similar information. The objective of this exercise is to make the three datasets comparable to one another in a single database. Extraneous data will be removed from database. • Consultant will identify APNs that are not rectified throughout the three data sources; however, the Consultant will not rectify datasets. Deliverables: • Updated access database file with conformed 2010 field reconnaissance data, Phase 1 construction data and Phase 2 construction data. • Transmittal TM describing the additions to the database. Task4.3 — Project Management and QAQC The Consultant will perform project management activities, including preparing monthly invoices and Task Order progress reports, coordinating with and reporting to City staff on project progress against the scope, budget and schedule; and managing subconsultant activities and progress. The Consultant shall also implement a quality assurance program for the project and conduct quality control reviews on work products. Assumptions: o Management activities over a 7 month construction duration and one month project closeout phase Deliverables: • Monthly invoices and progress reports Task4.4 — Pilot Program for Testing cf Field Tabletsfor Construction Reporting and Documentation The Consultant will develop a testing protocol and acquire limited equipment and software to test and evaluate an electronic means of entering construction data, information and documentation. Consultant will work with City staff to develop some basic goals and objectives for field use of tablets on construction projects, including interfacing with the City's existing information systemsto upload and download data and documents. Assumptions: • The tablet and software expense is limited to the budgeted amount • The City will provide input on its goals and objectives that will be the basis for the testing protocol • The extent of protocol development and testing will be limited to the budgeted labor hours • Use of the tablet will be in addition to the field observation and reporting activities and will not replacethem Phase 2 Construction Management Services 9 Rev. 2 Scope of Work February 17,2012 City of Lodi Water Meter Program Task Order No. 4 Deliverable: Testing protocol TM with recommendation for tablet and software (.pdf format via email) One computer tablet device with installed software and licenses Evaluation report summarizing the results of the testing (.pdf format via email) Phase 2 Construction Management Services 10 Rev. 2 Scope of Work February 17,2012 Date Signature Printed Name Title Date ATTEST: RAN DI JCM C i Clerk APPROVED AS TO FORM: D. STEPFBN SCI-WABAUE R a,,! City Attorney (� WMP Phase 2 Construction ManagementServices 11 Rev. 2 Scope of Work February 17,2012 •Wwweoiaoeua A.+a n.L+WPan-is WwNiA-iN ft/ 0O0 PwWMMXi WP LP --I W Nei a WOP-II I"" - OWN 'v '%OL -id Nao Nmii N PiMq K AIM Ynuidxi NMA ptli'U-IAiPIII° itll Wa+M R9 PvnaN nalp q AM iWu) i°nAa'LIMAip'YOP-gWtla n y -N IioaOl W� Nyp!-pO 'C •%OL -id M. NNii N PaAi W N WEE 2 W -W FOR q-PiM'LNIn WWA iaa W"1-WVWA -IL 't 1%°CL I We 1 %Si 1 %i I %0 I %LB I_%g. _ _ %29t _ %E I %CL I %EL %t %9I %CL I %iE I %¢ a- 1 w4 nu iiG wUi wPi4 PO'PL f WOL i __.- _.. Wad P Na"° �°vut N W WA UBOJAui$ JUSUM69 SM Uop*njteuoo Z esegd UtwAoid JMMI issom - tpol to Awo 94P.tUN93 88 j 1uo4— _ AUgpUeJOjeM TIMEMENOMONEE= IMMM=M M=M M=M ENEEN Mr7W'=o oNuEE ■r�rcu����v��rvarwrr���r•�m ■�������m�� �� �■r ■rte � � o ��r�� � m ������m�� im W -11-s1111 r•.:.' m HIC'r=�m INUMOMMOM �mmu Holm 011110 MUM= MMOVIlly rRr rrrtirr rrr r�s�r�rr rr�c��rrr r�r�r•:�rrr r�rrrr� rr�c� err rnr�rrirrrllrril�rrrarrrrr�� rr rEa� rr�rmrrrr��rirrr�ll�rrrrrrrr�r�r�r�rr��nrr �Y3;1)))))y �;� � �� �11� �� it � � r���rr�rr� C'� �3I■ Ir�������r�v�[7llr© nu iiG wUi wPi4 PO'PL f WOL i __.- _.. Wad P Na"° �°vut N W WA UBOJAui$ JUSUM69 SM Uop*njteuoo Z esegd UtwAoid JMMI issom - tpol to Awo 94P.tUN93 88 j 1uo4— _ AUgpUeJOjeM AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2012, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and NATIONAL METER AND AUTOMATION, INC. (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for purchase of water meter assemblies and related services (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be 1 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement Section 2.6 Term The term of this Agreement commences on March 21, 2012 and terminates upon the completion of the Scope of Services or on March 20, 2013, whichever occurs first. 4 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. s ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence of the City of Lodi or its officers or agents. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. 4 Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Wally Sandelin, Public Works Director To CONTRACTOR: National Meter and Automation, Inc 2250 Apollo Way, Ste. 300 Santa Rosa, CA 95407 Attn: Kathy Richards Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. 5 Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Intearation and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit apply to this contract. In the event of a conflict between the terms of this contract or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. FA IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: RAND[JOHL City Clerk CITY OF LODI, a municipal corporation KONRADT BARTLAM, City Manager APPROVED AS TO FORM: CONTRACTOR: National Meter D. STEPHEN SCHWABAUER, City Attorney JANICE D. MAGDICH, Deputy City Attorney By: d Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Funding Source: 181465.1825.2150 (Business Unit & Account No.) Doc ID:Water Meter Program Phase2\PSA National Meter CA:rev.01.2012 8 By: Name: Title: City of Lodi Request for Proposal Purchase of Water Meter Assemblies and Related Services January 7,2011 Presented By: NATI NAL METERAND AUTOMATION, INC. Kathy Richards 2250 Apollo Way #300 Santa Rosa, CA 95407 707.575.0700 off ice 707.481.1684 cell 707.575.3786 fax An Authorized �3 Badger Meter & /fP All Distributor �IATIGiNAL METERAND AUTOMATION, INC. Table of Contents Tab # Section Name Page # 1 Proposal in Responseto the Requirements of the RFP 3 2 Cost Proposal 9 3 Leak Detection Equipment 13 4 Meter Calibration Bench Testing Equipment 19 5 Technical Briefs 22 6 Warranties 23 NATIONAL METERAND AUTOMATION, INC. January 7,2011 Tom Dugan, Program Administrator City of Lodi Public Works Department 221 West Pine Street Lodi, CA 95240 Re: Purchaseof Water MeterAssemblies and Related Services RFP Response Mr. Dugan, Since their inception in 1977, Itron, Inc. has become the world's leading provider of intelligent metering, data collection and utility software solutions, with nearly 8,000 utilities worldwide relying on their technology to optimize the deliveryand use of energy and water. Founded in 1905, Badger Meter, Inc. has earned an international reputation as an innovator in the development of flow measurement technologies. Badger's tremendous success is due, in part, to its distributor network. Founded in 2004, National Meter& Automation, Inc. (NMAAI) is Badger Meter's largest distributor in the United States, as well as an authorized Itron, Inc. distributor covering California, Arizona, Nevada, Colorado and southern Wyoming. With a combined 75 years of AMR/Water Meter experience, our California branch includes knowledgeable inside and outside sales professionals alongwith a factory trained and certified technical support team. Just 112 milesfrom Lodi, CA, NMAAI has a local, fully stocked warehouse located in Santa Rosa, CA to provide optimum material availability. Main Contact Kathy Richards, CA Sales Manager krichards@nmaai.com (707)481-1684cell (707)575-0700office (707)575-3786fax 2250 Apollo Way#300 Santa Rosa, CA 95407 Technical Support Dennis McConville drncconville@nraai.com (916)436-6670cell Corporate Office Noel Frakes, President nfrakes@nmaai.com (303)981-9330cel I (303)339-9100office (303)649-1017fax 7220 S. Fraser St. Centennial, O0 80112 `NATIONAL METER AND AUTOMATION, INC. Enclosed is National Meter& Automation, Inc.'s proposalfor Itron, Inc.'s premierAutomated Meter Reading System in conjunction with Badger Meter's leading Water Meter technology. National Meter& Automation will work closelywith the staff at the City of Lodito seamlessly integrate meter data into the City's billingsystem. National Meter & Automation will also provide system implementation support and on-site training for field and office staff by a local, experienced and certified trainer. National Meter& Automation has reviewed and will commit to the terms and conditions of the contract documents. National Meter& Automation is pleased to present this proposal to the City of Lodi. For additional information, please contact me via cell phone at (707) 481-1684,or via email at krichards@nmaai.com. Kathy Richards, California Sales Manager National Meter & Automation, Inc. . 2 'NATIONAL METER AND AUTOMATION, INC. Proposal in Response to the Reauirements of the FFP D. Summary of Work • Comply. E. Scope of Summary 1) MeterAssemblies A Comply. B. Comply. See Tab 6 for warranties C Comply. See Tab 5 for product equipment submittals. 2) Support Services • Comply. 3) MeterAssembly Documentation • Comply. 4) Meter Assembly Storage, Deliver and Transfer of Ownership Comply. 5) Field Documentation • Comply. See Tab 2 for pricing.PTI 6) OONALSCOPE ITEM 1: Meter Calibration Bench Testing Equipment • See Tab 4 for specifications and pricing. 7) OIPTIONALSCOPE ITEM 2: Leak Detection Equipment • See Tab 3 for specifications and pricing. F. Meter Assembly Procurement Schedule • Comply. G. Deliveriesof Submittals • Comply. H. Sales and Use Taxes • Comply. See Tab 2 for pricing. I. Guarantees • Comply. See Tab 6 for warranties J. Purchases • Comply. 3 `NATIONAL METERAND AUTOMATION, INC. K. Business license • Comply. L. Procurement Proposal • Compiy. 5) The Components of the Proposal shall includethe following: A. See Tab 5 for equipment submittals. R Comply. See Tab 2 for pricing. C. Terms and Conditions Terms and Conditions: MeterAssemblies and Materials Material deliverieswill be coordinated between National Meter & Automation and the Installationcontractor. This coordinationwi I I includethe number of required meter assemblies and delivery dates. The Contractorwill request delivery of the initial order of complete meter assemblies no less than 14 days prior to the required delivery date. Thereafter, a base delivery of 500 meter assemblies wi I I be scheduled on 7 day intervals. Larger orders in less time intervals maybe arranged between the Installation Contractor and National Meter& Automation. All equipment shall be shipped FOBto the jobsite. The Installation Contractor will arrange for receipt of materials and shall provide a forklift to offload the truck. The Installation Contractor will take possession of and responsibilityfor the meter assemblies at the deliverysite. National Meter& Automation will invoice the City of Lodi for materials when shipped. Includedwith each invoicewill bean Inventory Manifest. This manifestwill includeall meter assembly documentation as outlined -in Item 3 of this Requestfor Proposal. Invoices will be issuedwith paymentterms of Net 30 days. AATIONAL METERAND AUTOMATION, INC. Terms and Conditions: Field Documentation Once each meter assembly is installed, National Meter & Automation will conduct a site visit and completethe Field Documentationas outlined in Item 5 of this Requestfor Proposal. Site visits will include a minimum of 1,000 locations, referredto as a Verified Group National Meter& Automation will invoicethe City of Lodi for the corresponding number of site visits completed and for which all Field Documentation has been collected and confirmed againstthe original Inventory Manifest at the completion of each Verified Group. Invoiceswill be issuedwith paymentterms of Net 30 days. National Meter & Automation will work with City staff as assigned for delivery of the entire Meter Installation Database at the completion of each project phase, or as requested by the City. Q STATEMENT OF UNDERSTANDING Statementof Understanding National Meter & Automation wi l l actively partner with the C ity of Lodi and RMC Water and Environmentto ensure the successful implementation of the City of Lodi's water meter system. As the authorized distributorfor both Badger Meter, Inc. and Itron, Inc. in Northern California, National Meter& Automation will coordinate each aspect of the productfrom material procurement through data collection and presentment. The process has begun with National Meter & Automation's successful negotiations with both manufacturersto ensure stable pricing through the seven phases of this project. Our pricing proposal reflectsthe material standards as outlined in the City of Lodi's Standards #403 and 412. With water resource management being a primarydriver in the implementation of this system, we have also included information and pricingfor water loss managementtools that are designed to work with the Itron system and assist the City in its efforts to manage 5 ``�1�IATIONAL METERAND AUTOMATION, INC. the integrity of the water distribution system. The Leak Sensor and Mlog online presentment tools work in conjunction with the Itron ChoiceConnect meter reading system. The Leak Sensor`s constant monitoringof the distribution system helpsthe City identify potential system leaks while they are sti I I relatively small, allow for repair during normal working hours and before extensive water loss or damage to the infrastructure. National Meter& Automation's approach to the water meter implementation projectwill be as follows: NMAAI will procure materialsfrom both manufacturers, Badger Meter, Inc. and Itron, Inc. on a schedulethat has been outlined with the Installation Contractor and is based on his installation schedule. The materials will arrive in our warehouse in Santa Rasa where we will begin the assembly and documentation process. Al I meters shall be tested and certified at the factory prior to their shipment. Certified test results wi I I be the starting poi nt for ou r material documentation process. The meters and encoded registers will be assembled to an Itron 100W endpoint which has been programmed to operate in a drive-by mode. The serial number of the Itron 100W endpoint, together with the meter model number, size, and other information as outlined in item 3 of the RFP titled "Meter Assembly Documentation" will be added to the certified test results completingthe data base, hereafter referred to as a Shipping Manifest. National Meter& Automation will ship the meter assembliesto ajobsite location as determined by the City and Installation Contractor. A detailed shipping schedule will be mutually agreed upon between National Meter& Automation and the Installation Contractor. For purposes of an initial estimate, these shipments will occur every 7 days with a quantity of 500 assemblies. Scheduled shipments will be made FOBjobsite, full freight allowed. National Meter& Automation will retain ownershipof materials until delivery is made at which time the Installation Contractorwill take possessionof and responsibilityfor the materials. The Installation Contractorwill coordinate deliveryof the materials and provide equipment for offload of the meter assemblies. 6 NATIONAL METERAND AUTOMATION, INC. The City of Lodi will be invoiced for each shipment once the Installation Contractor has taken possession of the materials. This invoice will include a detailed description of the materials and quantities shipped, and the date and method of shipment. A Shipping Manifest (as described above) will accompany each billing invoice. There will be two hard copies and one digital copy as requested by the City in this RFP. National Meter& Automation will work closelywith the Installation Contractorthroughout the entire phase ofthe project. The Installation Contractorwill have a list of installation sites as identified by the City. This list of sites will be identified by both APN number and physical address. RMC Water and Environmentwill be working with the Installation Contractorand will be responsible for inspectingthe individual meter installations. National Meter& Automation will obtain information from the Installation Contractor regarding completed installation sites. Once an installation group of 1,000 services or greater has been completed, National Meter& Automation will conduct a site visit to each location. Usingthe customer data base with APN number and physical address, National Meter and Automation will complete the Field Documentation process. The Field Documentation process will include gathering all information pertainingto that meter location including meter, encoder and endpoint serial numbers, meter model, size and GPS coordinatesof the installed meter to a sub -meter accuracy. The data gathered at each meter site will be merged with the Inventory Manifest and Ciiys databasewith APN number and physical address. This processwill include verifying that the serial numbers for the complete meter assembly gathered at the installation site match the serial numbers of the assemblies as they were delivered to the Installation Contractor. Any assembly whose numbers do not match will require a second site visit to confirm the information for the final assembly installed on site. National Meter& Automation will invoice the City of Lodi for each I nstallation Group at the completion of the Field Documentation process. National Meter and Automation will submit the completed Field Documentationto the City of Lodi at the completion of each phase. Partial listingsshall be submitted sooner at the City's request. NATIONAL METER AND AUTOMATION, INC. At the completion of each phase, National Meter & Automation will work with City staff as assigned to integrate the meter installation data into the City's Utility Billing System. Once the data has been uploaded, National Meter & Automation will perform an initial meter read and confirm that all assemblies are functioning. A field investigation and troubleshooting will be performed on any assembly that does not communicate when Any unit that found to be faulty due to material, workmanship or design will be replaced. Any unit found to have been damaged shall be reported to the City staff as assigned for additional direction. Shouldthe City opt to include a citywide or selected phase implementation of the Leak Sensor technology, National Meter& Automation will collect the additional information necessary during the Field Documentation process and add that data to the Meter Installation data base. National Meter& Automation will conducttraining sessions as necessary, but not lessthan once during each installation phase. This trainingwill include, but is not limitedto, field installation and troubleshooting, meter reading equipment training, use of the MV -RS software, review of available reports and their value to each department, and the custom report generation process. National Meter& Automation will also assist the City with any software upgrades or other issues that may arise during the daily use of its Itron meter reading system. Subsequent phases cf this project shall be reviewed on a case by case basis. Changes in the installation methodology and data collection process shall be continually reviewed by National Meter& Automation for upgrades in technology, improved efficiencies, and additional City requirementsthat may arise overthe duration of this project. At which point the City wishes to change its method of collection from the drive-by mode to the ChoiceConnect Fixed Network solution, National Meter& Automation will deliver the endpoints programmed in the appropriate transmission mode. We will also work with City staff to reprogram existing endpointsfrom the drive-byto the fixed -network transmission mode. National Meter & Automation will also work closely with both the City of Lodi and Itron, Inc. to ensure a successful transition in data collection methods and ensure that additional training is provided as needed. NATIONAL METERAND AUTOMATION, INC. Cost Proposal * Note 1) Meter Assembly & Documentation Pricing includes: Meter body, ADE register, and 10OW endpointwith thru lid mounting kit All items as described in Support Services, Items 1-4 ** Note 2) Meter Assembly & Documentation Pricing Notes: 1. Sales Tax shown are rates in effect at time of quotation. Sales Tax shall be charged based on the rates in effect at time of final sale. 2. Prices quoted are firm thru November 2011. 3. Future prices quoted may be increased in proportionto the increase in the Producer Price Index for Materials for durable manufacturingas reported by the US Departmentof Labor. The base index shall be the October 2010 index of 189.3. Changes in prices will be no more frequent than every 12 months if necessary, and will not exceed 3%. *** Note 3) Field Documentation Pricing Notes: 1. Prices quoted are firm thru November2011. 2. Future years pricing maybe adjusted according to Lodi area CPI rates. Phase 1: 2011 Meter Assembly & Documentation Pricing Sme Mode Quantity Unit Price Ictal 3/4" BadgerModel35 3,695 $ 194.00 $ 716,830.00 1" BadgerModel55 5 $ 226.00 $ 1,130.00 2" BadgerModel170 1 $ 622.00 $ 622.00 Subtotal $ 718,582.00 CA Sales I a x 7.250% $ 52, 097.20 County Sales lax 0.500% $ 3,592.91 Local Sales I a x 1.00% $ 7,185.82 Total $ 781,457.93 *See Note 1 * * See Note 2 Phase 1: 2011 Field Documentation Pricing Sme Quantity Unit Pri Total All Sizes 3,701 $8.00 $29,608.00 *** See Note - ---- - --- -- -- — - ------ 9 NATIONAL METERAND AUTOMATION, INC. Phase 2: 2012 Meter Assembly & Documentation Pricing Size Model Quantity 3/4" Badger Model 35 2,067 i" BadgerMode155 5 2" Badger Model 170 1 CA Sales Tax County Sales Tax Local Sales Tax Phase 2: 2012 Field Documentation Pricing Unit Price Total $ 194.00 $ 400,998.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 402,750.00 7.250% $ 29,199.38 0.500% $ 2,02.3.75 1.000% $ 4,027.50 Total $ 431,990.63 "See Note 1 ** See Note 2 size uantit Unit Price All Sizes 2,073 $8.00 Phase 3: 2013 Meter Assembly& Documentation Pricing Size Mode Quantit 3/4" Badger Model 35 1,447 1" Badger Model 55 5 2" Badger Model 170 1 CA Sales Tax County Sales Tax Local Sales Tax Phase 3: 2013 Field Documentation Pricing Total $16,584.00 *** See Note 3 nit Price Tntal $ 194.00 $ 280,718.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 282,470.00 7.250% $ 20,479.08 0.500% $ 1,412.35 1.000% $ 2,824.70 Total $ 307,186.13 "See Note 1 ** See Note 2 Quantity Unit Price Tntal AlISizes 1,453 $8.00 $11,624.00 *** See Note 3 10 NATIONAL METERAND AUTOMATION, INC. Phase4: 2014 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price Total 3/4" Badger Model 35 1,348 $ 194.00 $ 261,512.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 1 21 Badger Model 170 1 $ 622.00 $ 622.00 Badger Model 170 1 $ Subtotal $ 263,264.00 CA Sales Tax 7.250% $ 19, 086.64 $ 170,144~00 County Sales Tax 0.500% $ 1,316.32 7.250% local Sales Tax 1.00% $ 2,632.64 0.500% Total $ 286,299.60 local Sales Tax 1.000% *See Note 1 ** See Note Phase4: 2014 Field Documentation Pricing Sizes Quantily Unit Price Total All Sizes 1,354 $8.00 $10,832.00 * ** See Note 3 Phase 5: 2015 Meter Assembly & Documentation Pricing Size Model Quantity Unit Price To 3/4" Badger Model 35 868 $ 194.00 $ 168,392.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 Subtotal $ 170,144~00 CA Sales Tax 7.250% $ 12,335.44 County Sales Tax 0.500% $ 850.72 local Sales Tax 1.000% $ 1,701.44 Total $ 185,031.60 *See Note 1 ** See Note Phase 5: 2015 Field Documentation Pricing QuantiLy Unit Price Tnfial All Sizes 874 $8.00 $6,992.00 *** See Note NATIO NAL METERAND AUTOMATION, INC. Phase a 2016 MeterAssembly & Documentation Pricing Size Mode Quantit U nit Price Total 3/4" Badger Model 35 921 $ 194.00 $ 178,674.00 1" Badger Model 55 5 $ 226.00 $ 1,130.00 2" Badger Model 170 1 $ 622.00 $ 622.00 $ 30,873.11 Subtotal $ 180,426.00 2,129.18 CA Sales Tax 7.250% $ 13,080.89 Total County Sales Tax 0.500% $ 902.13 *See Note 1 local Sales Tax 1.000% 5 1.804.26 Total $ 196,213.28 *See Note 1 ** See Note 2 Phase 6: 2016 Field Documentation Pricing Size Quantity Unit Price Intal All Sizes 927 $8.00 $7,416.00 *** See Note 3 Phase 7: 2017 MeterAssembly & Documentation Pricing Sitz Model Quantit 3/4" Badger Model 35 2,186 1" Badger Model 55 5 2" Badger Model 170 1 CA Sales Tax County Sales Tax local Sales Tax Phase 7: 2017 Field Documentation Pricing nit Price Total $ 194.00 $ 424,084.00 $ 226.00 $ 1,130.00 $ 622.00 $ 622.00 Subtotal $ 425,836.00 7.250% $ 30,873.11 0.500% $ 2,129.18 1.000% $ 4,258.36 Total $ 463,096.65 *See Note 1 ** See Note 2 Size Quantit U nit Price Tnfial All Sizes 2,1!q2 $8.00 $17,536.00 *** See Note 3 12 NATIONAL METERAND AUTOMATION, INC. leak Detection Equipment *Note 1: leak Detection Equipment Pricing 1. Sales Tax shown are rates in effect at time of quotation. Sales Tax shall be charged based on the rates in effect at time of final sale. 2. Prices quoted are firm thru December 31,2013 (3years). 3. Prices quoted may be increased by no more than 3%over the next 4 years, January 1,2014thru December 31,2017. 4. Leak Sensor quantity is estimate (1:3). Final count subject to formal propagation study which factors in actual pipe materials & distances 5. Hosting Services are paid directly to Itron, Inc. Itron DigiCorr Leak Noise Correlator Qty Unit Price Total DigiCorr Leak Noise Correlator 1 $22,995.00 $ 22,995.00 CA Sales Tax County Sales Tax I o ca I Sales Tax Itron Digital leak Detector (DLD) 7.25% $1,667.14 0.50% $114.98 1.00% $229.95 Total $25,007.06 *See Note 1 Qtly U nit Price law Digital leakDetector(DLD) 1 $2,995 $2,995.00 CA Sales Tax 7.25% $217.14 County Sales Tax 0.50% $14.98 Local Sales Tax 1.00% $29.95 Total $3,257.06 *See Note 1 13 NATIONAL METER AND AUTOMATION, INC. Phase 1: 2011 Leak Detection Equipment Total services included in Phase 1:3,701 Estimated number of Leak Sensors required: 1,234 QtV Upgrade -100W single port transmitter 1,234 with a 100W dual port transmitter includes Itron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Mlog Online Hosted Services (annual) Phase 2: 2012 leak Detection Equipment Unit Price Tntal $123.00 $151,741.00 Total services included in Phase 2: 2,073 Estimated number of Leak Sensors required: 691 MC Upgrade -100W single port transmitter 691 with a 100W dual port transmitter includes ltron leak Sensor CA Sales Tax County Sales Tax local Sales Tax Subtotal $151,741.00 7.25% $ 11,001.22 0.50% $758.71 1.00% $1,517.41 Total $165,018.34 Add: $ 2,000.00 *See Note 1 Unit Price $ 123.00 $84,993.00 Subtotal $84,993.00 7.25% $6,161.99 0.50% $424.97 1.00% $849.93 Total $92,429.89 Mlog Online Hosted Services (annual) Add: $2,500.00 *See Note 1 14 " NATIONAL METERAND AUTOMATION, INC. Phase 3: 2013 Leak Detection Equipment Total services included in Phase 3: 1,447 Estimated number of Leak Sensors required: 482 MY Upgrade -100W single port transmitter 482 with a 100 dual port transmitter includes ltron leak Sensor CA Sales Tax County Sales Tax Local Sales Tax Mlog Online Hosted Services (annual) Unit Price Total $123.00 $59,327.00 Phase 4. 2014 Leak Detection Equipment Total services included in Phase 4: 1,348 Estimated number of Leak Sensors required: 449 Subtotal $ 59,327.00 7.25% $4,301.21 0.500/6 $296.64 1.000/0 $593.27 Total $64,518.11 Add: $2,500.00 _Qty Unit Price Upgrade -100W single port transmitter 449 $ 123.00 with a 100W dual port transmitter includes ltron leak Sensor Subtotal CA Sales Tax 7.25% County Sales Tax 0.50% Local Sales Tax 1.00% Total Mlog Online Hosted Services (annual) Add: 15 *See Note 'I Total $55,268.00 $55,268.00 $4,006.93 $276.34 $552.68 $60,103.95 $2,500.00 *See Note 1 iJ�lATIo NA L METERAND AUTOMATION, INC. Phase 5: 2015 Leak Detection Equipment Total services included in Phase 5: 868 Estimated number of Leak Sensors required: 289 Qq Unit Price Upgrade -100W single port transmitter 289 $123.00 with a 100W dual port transmitter includes Itron leak Sensor Subtotal CA Sales Tax 7.25% County Sales Tax 0.50% Local Sales Tax 1.00% Total Mlog Online Hosted Services (annual) Add: Phase 6: 2016 Leak Detection Equipment Total services included in Phase6: 921 Estimated number of Leak Sensors required: 307 QtL Upgrade -100W single port transmitter 307 with a 100W dual port transmitter includesltron leak Sensor CA Sales Tax County Sales Tax Local Sales Tax Unit Price $123.00 Subtotal 7.25% 0.50% 1.00% Total Mlog Online Hosted Services (annual) Add 16 Total $35,588.00 yIV Y,YVV.VV $2,580.13 $177.94 $355.88 $3,113.95 $ 3,000.00 *See Note 1 Tota! $37,761.00 $37,761.00 $2,737.67 $188.81 $377.61 $3,304.09 $3,000.00 *See Note 1 `NATIONAL METER AND AUTOMATION, INC. Phase 7: 2017 Leak Detection Equipment Total services included in Phase 7: 2,186 Estimated number of Leak Sensors required: 729 M Upgrade -100W single port transmitter 729 with a 100W dual port transmitter includes Itron leak Sensor CA Sales Tax County Sales Tax Local Sales Tax MlogOnline Hosted Services (annual) Descrintionof leak Detection Products Unit Price Intal $123.00 $89,626.00 Subtotal $ 89,626,00 7.25% $6,497.89 0.50% $448.13 1.00% $896.26 Total $7,842.28 Add: $ 3,500.00 *See Note 1 leak Sensor The Itron Leak Sensor Module isasmall acoustic based devicethat interrogates water lines to ensure the integrity of the city's sub -surface infrastructure. The Leak Sensor is designed to be placed on the distribution side of the water meter; from there, it is able to listen out through the service line and intothe larger distribution main. Strategically placed around the city, the Leak Sensor records, stores and eventually delivers all of its information through the Itron 10OW Endpoint network. Its reduced size, 24 hour listening cycle, 20 -year battery life and use ofthe Itron 10OW technology make the leak Sensorthe single most advanced and practical leak monitoring solution inthe industrytoday. MLog Online MLogOn line is the web based software where leak sensor information is stored. Presented on a Google map, MLogOnline displays the current location of leak sensors throughout the city. MLogOn line uses a three color indication system to determine the general security of the infrastructure being monitored bythe leak sensors: Green represents little to no extraneous vibrations inside of the pipe, representsa higherthan normal vibration 17 NATIONAL METERAND AUTOMATION, INC. pattern within the pipe, and Red indicatesthe most positive indicationsthat a leak exists somewhere in the surveyed area. When a leak is discovered and repaired, this information can be input into the software, creating a comprehensive library of maintenance information that can includedates, locationsand namesof leak investigators and repairers. One of the greatest advantages to the web based software is the cloud based information storage. Through the web, Itron is able to manage all user data, essentially eliminating the need to budget additional server space. Additionally, any updates manufactured by Itron are seamlessly integrated into the software without additional charge or maintenance. DigiCorr The Itron DigiCorr system is one of the industry's most comprehensive digital leak correlating tools. Utilizing similar acoustic interrogation found in the Leak Sensor, the DigiCorris not only able determine the existence of a leak, but also the exact location of the leak. The DigiCorr utilizesALFAI (Automated Leak Frequency Analysis), to differentiate between the specific vibration signature of a leak and other peripheral auditory interferences. Through this technology, and the extreme sensitivity of the unit's two accelerometers, the DigiCorrcan be effectively deployed to investigate miles of pipe each day. The DigiCorr has a database of fifteen different types of pipe material (includingfour specific plasticand poly pipetypes), and can integrate upto four different lengths in a single survey. The auto save feature ensures that previous correlations can be retrieved to study, compare, or be tweaked at the behest of new information. The DigiCorr also listens in multiple directions, meaningthat a single survey is not limited bythe pre-set location of each accelerometer; if a leak exists beyond the current location of the unit, that information is quickly translated to the user so that the survey can be adjusted appropriately. DLD- Digital Leak Detector The Itron Digital Leak Detector (DLD) is a highly advanced ground microphone. Unlike other analog units, the DLD integrates digital filtration for purer sound and more accurate leak detection. The unit's five digital filters are capable of removing extraneous environmental noises such as high winds, loud animals and even high traffic noises. Additionally, the unit digitally displays a leak score index; after building a baseline, leak investigators are able to use the score to hone in on leaks they are not capable to hearing. 18 R Vv W W . ! I. . (I Il , C .11 Ill Leak Sensor Overview It's estimated that up to 30 percent of water pumped through distribution systems is lost to leaks. I n today s conservation -driven environment, water losses— and associated pumping and treatment costs — add up quickly. Distribution leak detection, and keeping system losses minimal, are important operational concerns for water providers, The Leak Sensor is an advanced approachto distribution system leak detection. Part ofltron's advanced metering solution, for Water SaveSource and Choiceconnect100, the sensor istteresult of mergingthe water meter modulewith an acousticsensor to create a single point for collecting meter data and monitoring for distribution system leaks. Leak Sensor leverages the robust network of WaterSaveSource and ChoiceConnect 100. It offers unattended daily monitoring of leaks in distribution lines for proactive leak detectionand timely mitigation.This reduces non-revenuewater losses, associated costs and potential service disruptions caused by major leak events. /trap Knowledge to Shape Ybur Fuhn The innovation behind the Leak Sensor is a vibration sensor, amplifier, processor, and bi-directional one -wire automated meter reading (AMR) interface. Everyday the acoustic sensois analyze sand patterns in its environment, detecting new, evolving and pre-existing leaks automatically. Sensors attach to endpoints and transmit vibration recordingsthroughoutthe day along with other metering information through the flied networkto the utility, An ton web interface— mlogonline Network Leak Monitoring System — handles data interpretationand analysis of the recordings and graphically displays all sensor locations using visual maps and satellite images, highlighting the status of leak locations. An expanding database of historicalinformation provide comprehensive condiiion assessment of the entire water distributionsystem. Simple, affordableand technically superior, the Leak Sensor is sensible leak detection and location at optimal cost. Best of all, the Leak Sensor leverages the investment infixed network meter data collection technology, often paying for itself within a few years. Specifications Benefits The Leak Sensor delivers unprecedentedleak detection capabilitiesinduding: > Advanced acoustic leakdetectionmonitoring and meterdatacollection in aCompadform foreasyfield installationand loweroost of ownership > Automated captureand data transmission d actual vibration recordingsto the utilityfor advanced analysis and applications, rather than simpleyes/no flags > Historical leak detection data for interpretation, prioritizationand mitigation Techincal Specifications Sensing > Sensitivity:1 V/g > Rarige: Upto±300 linearfeetof pipeof any size > Bandwidth 10Hz—1,000Hz Power > Source: Powered by the Water SaveSource EndpointorChoiceConnect 10OW Physicah'Environmental > Operating temperature: -10" to + 50" Celsius > Operating humidity: Up to 100% relative humidity > Product ldentifcation: Numericand bar-coded serial number > Exposure rating: Sealed, waterproof and submersible IP68 > Housing: Molded glass -filled polycarbonate > Weight:1.5ounces (45g) > Dimensions: 1.2 x 1.5 (diameter) inches (3.0 x 3.8 cm) > Installation options: Sensor is instailed permanentlyeither indoorsor outdoors on the water service pipe, usually near a water meterwith a u -bolt, back plate and wing nuts About ltron Inc. Itron Inc. is a leading ted notogy provider to Me global energy and water industries. Gtr carrion is Me world's leading provider of lntellrgent metering, data collection and utility software solutions, wd neady8, 000 utllitlas woddwlds relying on our technokgy to 00irake the delivery and use of energy and water. Our products include electricity, gas, water and heat meter, • data collechon, and communication 4,stamg Including automated meter reading (AMR) and advanced metering Infrastructure (AMO; meter data managementandrelatedsoflware applications as well asproject management installation, and consultingsarvlces. Toknow more, start here: vnvcv.irron.corn. /troyn Corporate Headquarters 2111 North Molter Road Liberty Lake, WA 99019 USA Phone: 1.800.635.5461 Fax: 1,509.891,3355 www,kon.com 0 Copydght2010. Itron bc. All Rights Reserved. - Ilron reserves the right to change these specification without prior notice. I Publication 100879SP-05 5110 vri ,N w . i , r r, !I . _; o i,i DigiCorr Digital Leak Noise Correlator Inti-oductron The DigiCorr Leak Noise Correlator is the world's first and only digital correlator—uniquely designed to provide a complete solution to leakage management issuesfacing the modem water utility such as on demand, real-time leak pinpointing, flexible leak analysis, systematic leak surveying and the need for powerful leakage management tools. DigiCorr's patented computerized acoustic technology can accurately pinpoint pipeline leaks of all sizes within a typical error of less than three feet. Using DigiCorr, water utilitiescan reduce their unaccounted-for water, realistically recovering 75 percent or more of their current leakage. W employing DigiCorr throughout their pipeline operations, utilities can increasetheir operational efficiency with proactive pipeline maintenance, improve their emergency management and customer satisfaction, and maximize revenues by delivering and billingfor all water produced. /trap Kmwlealgeto Shape Your Future Smart Listening Digital correlation relies on vibration Sensors that sense the turbulence from pipeline leaks. Turbulence from leaks in pressurized pipelines createstraveling pressurewaves which propagate through the fluid of a burled pipeline. The velocity of the propagationdepends both on the fluid and on the dimensions and materlal of the pipe. Digital correlation measuresthe difference in propagationtime of the pressure wave from the leak to each sensor.The exactlocatlon of the leak source is then pinpointed using the measuredtime and knownvelocity, F Rapid response Digic— survey Advanced anaysis How It Works Deploy Two Field Sensor Units(FSUs) are deployed at remote locationson the pipeline. FSUs mount non -intrusively on pipelines at long range up to one mile apart. The FSUs have precision time -keeping, processing and data storage capabilities, togetherwith digital radio linksto a rugged, portable PC. The FSUs are synchronized by radiofrom the PC and then make 90 -second recordings. Duringthe recording, the FSU processors independently assess the vibration signals, encode the leak sound component and save the recordeddata in memory. ReMeve & Analyze After recording, data from the FSUs is transferred to PC via radii. Leaksources appear as peaks in the Correlation Display.DlgjGon's patented Advanced Leak FrequencyAnalysis(ALFATM) accurately and individually pinpoints leaks within a few seconds following data transfer. ALFA uniquely processeseach recorded leak sound, eliminating analog filtering and greatly acceleratingthe processof pinpointinga leak. ALFA improves the leak signal-to-noise ratio enabling detection of inaudible, difficult -to -find leaks and resolvesmultiple leak sounds simultaneously. If a leak is presentoutside the span of the sensors, DlgiCorr can detect the direction of the leak. One or both sensors can then be moved and a new recording made to pinpointthe leak. In this way, a significant length of pipe, such as a 20 -mile section under failing hydrostatictest, can be quickly and effectively scanned to detect and pinpoi ntthe location of leaks. Systematic Leak Surveying Di !Corr integrates distribution system maps (from papercopy, graphicsfiles, GIS) directly intothe software user interface. Complete recordings are saved automatically into a survey database, together with associated map, pipe and correlation information. Powerful Digital Processing The difference inthe digital technologyused in DigiCorr versus the analog technology used in all other correlators is fundamental to DigiCorr's speed and accuracy. DigiCorr's digital technology Senses leak noise sign ificantlybelowthe threshold of human hearing. The sound is immediatelydigitized at the sensor and transmitled with the quality of a CD recording. > DigiCorr's sensitivity is approximately30 times greaterthan analog technology > True digital recordingand radio transmission preserves the fine detall of the leak sound, enabling pinpointingof eventhe quietest, most difficult -to -find leaks > Unique capability of saving actual acousticdata to disk, enabling replay, printand email of leak data > Advanced signal processing such as ALFA digital mapping and special processingfor different types of pipes are only possible in a digital system I 104 www . i t r o n. c o m DLD Digital Leak Detector Introduction The Itron Digital Leak Detector(DLD) is the first true digital leak detector for buried distribution pipeline management. Lightweight and easy-to-use, DLD uses dynamic range compressionand digital precision to identify leaks that are undetectable with other leak detectors. Key Features DigitalAudio Processor > Dynamic range compression accentuates leak sounds and reduces bud noises > H e a r s leaks missed by other instruments > Precise digitalfiIters block ambient noise > Automatic rejection of electrical interference(60dB) > Lightweight(< 1 Ib.) > Wearable strap or belt clip Itr6rn User Interface Buttons > LISTEN: Clickonioff or press-and-holdto Ilsten > VOLUME 45 dB range in 29 steps • FILTER Five digital filters for: - Ground (Gnd): Hard surfaces, soil, plastic pipe - Service(SEr): Service pipes Contact (Con): Valve, hydrant, service connections Survey(SUO: Surveying Open(OPn): Full listening range High -Resolution, Waterproof Universal Sensor > Contact microphone for meters and fittings > Ground listening plate with quick -release Sensor > Magnetic base for hydrants and valves Smart Volume Limiting > Continuous, automatic volume protection > Suppresses clicks, pops and sudden loud sounds Automatic Leak Location > Leak Index Score from 0 to 999 provides a visual determination when positioned over the leak Technical specifications Digital Audio Processor Unit > Frequency range: 30 - 4,OOOHz > Power supply: 2AA alkaline batteries > Battery life: >1 2,5 hours continuous listening > Display: LCD > Protection:IP54, weatherproof, splashproof > Weight: 15oz (408.2 g) > Dimensions: 5° x 3.5' x 1.8' (12.7 cm x 8.9 cm x 3.8 an) Universal Sensor > High-resolutionaccelerometer > Sensitivity: 20V/g > Resolution: 0.05 Ug /✓HZ > Protection IP68, waterproof, fully submersible Shockproof to 6,000 g Ground Microphone Unit > Dimensions Height 34" (86,36 om) Disk 4.6' (11.43 cm) > Weight 2 lbs (910 g) with sensor attached > Materials: - Rod: Anodized aluminum - DiskStalnless steel Accessories > Carrying case: Rugged, lightweight > Probe: Stainless steel; connects to sensor About itron Inc. itron Inc. is a leading technology provider to the global energy and water industries. Our owparly is the world's leading provider of intelligentmetering, ditacollection andutitlltysoftwars solutions, with nearly 8,000 utilitiesmrldwtde retying on our technology to optimize the delivery acrd use of energy and water Ourproducts include electricity, gas water and heat meters: data collection and commwtkaton systems, induding autanated meter reading (AMR) and advanced metering infrastructure(MMO• rixierdatamanagementandmbtedsoftwareapplications, as well aspro%ect managementinstallation, and consulting services, 16M7owmors, start here: wvNi iron com /tray Corporate Headquarters 2111 North Molter Road Uberty Lake, WA 99019 USA Phone: 1.800.635.5461 Fax: 1.509.891.3355 www.itron.00m 0 Copyright 2010, itron Inc. All Rights Reserved - itron reserves the right to change thesespecilications withoutprior notice. I Publication 100723SP•02 411 u Field Sensor Units (FSU) Pipeline Sensors > Accelerometers - Sensitivity:12V/g - Noise: < 0.016 pg /dHz - Bandwidth: 1 — 4,000 Hz > Hydrophonesare available for in -flow measurements FSU Radio Transceivers > Noise -free digital transmission ISM/LAN 2.4 GHz spread spectrum, license -free worldwide, FCC/ETSI approved > Range (line-of-sight)up to 10,000feet (3 km) > Two-way communication with base station radio transceiver Data Acquisition > Intelligent automatic gain: 10-80,000 > 16-bitdata acquisitlon. 92 dB dynamic range, sampling rate = 5 kHz DigiCorr Software > ALFAT"' (Automatic Leak Frequency Analysis) > Easy-to-useMlcrosoft® Windows@ > High-resolution display of correlation function, onscreen, landmarked location of detected leaks > Correlation range:± 880 milliseconds > 15 types of pipe materials, including multiple sections of different pipes > Automatic sound velocity measurement > 16-bitstereo/mono sound playback > Visual inspectiond sound recording > Spectral ( q analysis capability > Digitalfilters with full manual fequency band selection available: - High-pass: 1-2,000 Hz Low-pass: 10-2,500 Hz in steps of 1 Hz > Automatic assessment of leak probability > Elimination of spurious noise events > Reanalysis of same data possible • Manual selection of possible leaks from correlationfunction Power Supply > Data storage (any number of studies) > Intelligent power management > Database&mapping module >. Up to 32 hours battery fife, rechargeable& replaceable > Re -charger for FSLls from AC outlet or standard auto DC Physical Characteristics > Dimensions: 4.25" x 4"x 8 (10.8cmx 10.2cmx20.3 cm) Weight: 6.5 lbs (3 kg) > Rugged, metal, weatherproof enclosure Base Station Computer Physical Characteristics > Rugged (impact, grit, water-resistant) computer; Pentium processor, TFT color, bright sunlight -readable screen (Dig iCorr software wi l l run on any PC using Microsoft® WindowsTM with at least 32 MB RAM and 800 x 600 display resolution) Rugged, weather -resistant stereo headphones Digital Radio Transceiver > Dimensions: 5" x 3.25" x 1" (12.7 cmx8.3 cmx2.5 cm) > Weight:1 Ib (0.5 kg) > Rugged, metal, weatherproof enclosure About Itron Inc. Itron lnc. is a leao7ng kchnology p>•ovider to rhe global awW and water industries. Our cotlpany is the worids heading provider oftntel bmt metering, dafacdlectfon andutility snftw m sobfbns wigs nearfy8.000 utilities woddwiderelying on otrtadtnobgy to Optimize thed0kay and use of wwW and water. Our Products htdi�irde electricity, gas, water and heat meters• data collection and commuatadvn systems, lnduafng automated meter reading (AMR) and advanced metering Intras6ucture (Wo, • meter date management andretated software appbotbns• as well aspro/ed management Installation. and comIling services. To know more, start here. vnvw Aron. coin Corporate Headquarters 2111 North Molter Road Llberty Lake, WA 99019 USA Phone.1,800.635,5461 Fax 1.509,891,3355 www.Kron.com 0 Copyright 2010, Itron Inc. A8 Rbgirts Resewed. - Won reserves the right to change these specificationsdkint priornotlee. I Publication 100724SP•04 08110 ]NATIONAL METERAND AUTOMATION, INC. Meter Calibration Bench Testing Equipment MARS Company Series 5-1000 Test Bench System The Series 5-1000 Test Bench System is designed to test meters rangingfrom 5/8" through 2'. The proposed system Test Bench System, with the optional Gravimetrics, includes scales and a computer system (hardware, software and console) and is compliant with American Water Works Association (AWWA) standards and is traceable to NIST (National Instituteof Standards and Technology) Handbook44 specifications. The Series 5-1000 is a double row test bench with the ability to test up to ten (10) 5/8"x1/2" through 1" meters on one side of the bench and up to five (5) 1.5" to 2" meters on the other. Features include: 10Gal./1 Cu.Ft. and 100Gal./10 Cu.Ft, Stainless Steel Duplex Tank; Three (3)precision rotometersthat cover flow range from _ 11111-60gpm; Corrosive Protection (fusion nylon coated steel bench frame); Al I meter adapters, meter and adapter gaskets, manual flow control valves, document station, electric actuated clamping device and carrier bars; - Optional Gravimetric Weight Scale System with M3 Meter Management Software, Computerand Printer. 19 'NATIONAL METERAND AUTOMATION, INC. The optional Recirculation System recyclesthe test water used on the MARS Series 5-1000 Test Bends, maintaining volume and pressure to test all the meters at the recommended AWWA Specifications, per Table 5-3 of the current AWWA M6 Manual. The benefits provided by the Recirculation System include: • Compliancewith local, state and/or Federal lawsand regulationsas it reducesthe chemicals released into the environment; • An immediate reduction in consumption and water dumped to waste after each test; • I m proved customer perception as the City sets an example for water conservation practices. The MARS Recirculation System includes a 500 -Gallon polyethylene tank, supply and return pumps, all related piping, valves, VFD and chlorination system. A similar configuration is pictured below. On -Site Start-up with MARS Personnel includes training, scale certification and installation supervision at your facility. We will allow two (2) days of bench set-up with your assistance, plus an additional day for the Recirculation System. This does not include work on main electrical power supply / components, main water supply / components or any building modifications that may be necessary. MARS Companywill provide all data necessaryto assist the City of Lodi and comply with a I I local, state and Federal standards. 20 NATIONAL METERAND AUTOMATION, INC. The pricing for the Series 5-1000Test Bench System is as follows: Mars Series 5-1000 Test Bench $61,065.00 $42,025.00 MUN-200Automated Dual Stage Shutdown County Sales Tax 0.5096 $5,875.00 Local Sales Tax 1.00% Subtotal $47,900.00 $ 2,000.00 Freight $3,000.00 CA Sales Tax 7.25% $3,472.75 County Sales Tax 0.50% $239.50 Local Sales Tax 1.00% $479.00 Subtotal $55,091.25 Installation Assistance& Training $7,500.00 Total $62,591.25 The following items can be installed at the same time as the base test bench, or added at a later date: Phase 11 - or Optional Eauloment GravimetricWeight Scale Systemwith M31VIeter $31,000.00 management Software, Computer and Printer 300 -gallon Calibrated SSTankw/scale $7,625.00 MARS Recirculation System $22,440.00 Subtotal $61,065.00 CA Sales Tax 7.25% $4,427.21 County Sales Tax 0.5096 $305.33 Local Sales Tax 1.00% $610.65 Freight $ 2,000.00 Total $ 68,408.19 To purchase the complete bench and all additional Equipmentas listed: Complete Benchwith All Options $108,965.00 CA Sales Tax 7.25% $7,899.96 County Sales Tax 0.50% $544.83 Local Sales Tax 1.00% $1,089.65 Freight $5,000.00 Installation Assistance& Training $7,500.00 Total $130,999.44 Deliveryis quoted as approximately 60-90days after receiptof order (ARO). Paymentterms: Net 30 days after delivery—Pricing Subject to review by 12/31/2011 21 Recordall® Technical Cold Water Size 3/4" (DN20mm) grief Bronze Disc Meter DESCRIPTION Badger Meter offers the Recordall Disc meter in two versions: Cast Bronze (M35 B81) and Envirobrass II (M35 EB2). The Envirobrass II version complies with NSF/ANSI Standard 61 and carry the NSF -61 mark on the housing. All components of the Envirobrass II meter, i.e., disc, chamber, housing, seals, etc., comprise the certified system. APPLICATIONS: For use in measurement of potable cold water in residential, commercial and industrial services where flow is in one direction only. OPERATION: Water flows through the meter's strainer and into the measuring chamber where it causes the disc to nutate. The disc, which moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc to a follower magnet located within the permanently sealed register. The follower magnet is connected to the register gear train. The gear train reduces the disc nutations into volume totalization units displayed on the register dial face. OPERATING PERFORMANCE: The Badger" Recordall" Disc meters meet or exceed registration accuracy for the low flow rates (95%), normal operating flow rates (100 ± 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction, which complies with ANSI/AWWA standard C700, consists of three basic components: meterhousing, measuring chamber,and permanentlysealed register. The water meter is available in bronze and Envirobrass II with externally-threadedspuds. A corrosion-resistantthermoplastic material is used for the measuring chamber. To simplify maintenance, the register, measuring chamber, and strainer can be replaced without removing the meter housing from the installation. No change gears are required for accuracy calibration. Interchangeability of parts among like -sized meters also minimizes spare parts inventory investment. The built-in strainer has an effective straining area of twice the inlet size. MAGNETIC DRIVE: Direct magnetic drive, through the use of high- strength magnets, provides positive, reliable and dependable register coupling for straight -reading, remote or automatic meter reading options. SEALED REGISTER: The standard register consists 'of a straight - reading odometer -type totalization display, 360" test circle with center sweep hand and flow finder to detect leaks. Register gearing consists of self-lubricating thermoplastic gears to minimize friction and provides long life. Permanently sealed; dirt, moisture, tampering and lens fogging problems are eliminated. Multi -position register simplifies meter installation and reading. Generator -type remote reading and automatic meter reading systems are avaiiable for all Recordall Disc meters. (See back of sheet for additional information.) All reading options are removable from the meter without disrupting water service. TAMPER -PROOF FEATURES: Customer removal of the register to obtain free water can be prevented when the optional tamper detection seal wire screw or TORX°tamper resistant seal screw is added to the meter. Both can be installed at the meter site or at the factory. MAINTENANCE: Badger Recordall Disc meters are designed and manufactured to provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programs to fit the needs of the utility. CONNECTIONS: Tailpieces/Unions for installations of meters on various pipe types and sizes, including misaligned pipes, are available as an option. BadgerMeter, Inc. Model 35 SPECIFICATIONS Typical Operating 3/4-35 GPM (.17 to 7.9 m3/hr) Range (100%± 1.5%) Low Flow 3/8 GPM (.085 m3/hr) (Min. 97%) Maximum 25 GPM (5.7m3/hr) Continuous Operation Pressure Loss 5 PSI at 25 GPM at Maximum (.37 bar at 5.7 m3/hr) Continuous Operation Maximum Operating 80°F (26°C) Temperature Maximum operating 150 PSI (10 bar) Pressure Measuring Element Nutating disc, positive displacement Register Type Straight reading, permanently sealed magnetic drive standard. Remote reading or Automatic Meter Reading units optional. Register Capacity 10,000,000 Gallons, 1,000,000 Cubic Feet, 100,000 m3. 6 odometer wheels. Meter Connections Available in bronze and thermoplastic to fit 3/4" spud thread bore diameter sizes. See table below. Size "L" "B" Coupling Nut Tailpiece Designation x Laying Bore and Pipe Thread Length Dia. Spud Thread (NPT) 3/4" x 7%" 1 314" 1" (3/4") 314' 1 3/4" x 9" 1 3/4" I 1"(3/4") 1 3/4" 3/4"x1" x 9" I 3/4" I 1'/<"(1") I 1" MATERIALS Meter Housing Cast Bronze, Envirobrass II Housing Bottom Plates Bronze, Cast Iron, Envirobrass II Measuring Chamber Disc Trim Strainer Disc Spindle Magnet Magnet Spindle Register Lid and Shroud Generator Housing Thermoplastic Thermoplastic Stainless Steel, Bronze Thermoplastic Stainless Steel Ceramic Stainless Steel Thermoplastic, Bronze Thermoplastic RD -T-3/4 1202 Automatic Meter Reading Systems AMR The Itron°, ORION"O and TRACE® radio frequency systems easily integrate with all RecordalP Disc meters. All technologies provide an efficient meter data retrieval and information management system. The Itron 50W ERT°, ORION Transmitter and the TRACE Transponder all connect to the Recordall Transmitter Register (RTR°) assembly. Complete systems, including hardware and software, are available to provide a wide range of meter reading information. PRESSURE LOSS CHART Rate of Flow. in Gallons per Minute I , o 100 I 6 6 1" JO EO 80 ACCURACY CHART Rate of Flow, in Gallons per Minute .1.0 ' .. . ° .- 11 ..loo Sweep Hand Registration M35 10 1 .1 r,uDurrr, �. 35 /Re orde 0,82 = 20 ORION". RTR" and Recordall-' are registered trademarks of Badger Meter, Inc A B C D APPROX. METER METER LAYING HEIGHT HEIGHT CENTERLINE 'It SHIPPING SIZE MOREL LENGTH REG. GEN. BASE WIDTH WEIGHT 3/4" 35 7'/2" 5'/4" 68/8" 15/8" 5" 51/2 lb. (20mm) (190mm) (133mm) (168mm) (41 mm) (127mm) (2.5kg) 3/4" 35 9" 51/4" 65/8" 18/8° 5" 53/41b. (20mm) (229mm) (133mm) (168mm) (41 mm) (127mm) (2,6kg) 3/4" x 1" 35 9" 51/4" 6$/8" 15/8" 5" 6lb. (20mm) (229mm) (133mm) (168mm) (41 mm) (127mm) (2.7kg) Sweep Hand Registration M35 10 1 .1 r,uDurrr, �. 35 /Re orde 0,82 = 20 ORION". RTR" and Recordall-' are registered trademarks of Badger Meter, Inc TORXI is a registered trademark of Gamcar. Division of Textron, Inc. itron" and ERT-' are regiSlered hadenlafkS of itron, Inc. Due to continuous research, product improvements and enhancements, Badger Meter reserves the right to change productor system specifications tTmN without notice, except to the extent an outstanding bid obligation exists. Please see our website at www. badgermeter.com 4FMEx}SExvl[E for specific contacts. BadgerMeter,lnc. 'It P.O. Box 245036, Milwaukee, WI 53224-9536 (800) 876-3837 / Fax: (888) 371-5982 Copyright 0BadgerMeter, Inc.2002.Allrightsieserved 't www.badgermeter.com Recordall® Size 1 " (DN 25mm) Technical Cold Water Model 55 Bronze Disc Meter Brief DESCRIPTION Badger Meter offers the Recordall Disc meter in Cast Bronze and a Low Lead Alloy. The Low Lead Alloy (Trade Designation: M55 LL) version complies with NSF/ANSI Standard 61 and carries the NSF -61 Mark on the housing. All componentsof the Low Lead Alloy meter, i.e., disc, chamber, housing, seals, etc., comprise the certified system. APPLICATIONS: For use in measurement of potable cold water in residential, commercial and industrial services where flow is in one direction only. OPERATION: Water flows through the meter's strainer and into the measuring chamber where it causes the disc to nutate. The disc, which moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc to a follower magnet located within the permanentlysealed register. The follower magnet is connected to the register gear train. The gear train reduces the disc nutations into volume totalization units displayed on the register dial face. OPERATING PERFORMANCE: The Badger Recordall Disc meters meetor exceed registration accuracy for the low flow rates (95%), normal operating flow rates (100 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction, which complies with ANSI/AWWA standard C700, consists of three basic components: meter housing, measuring chamber, and permanently sealed register. The water meter is available in bronze and Low Lead Alloy with externally -threaded spuds. A corrosion -resistant thermoplastic material is used for the measuring chamber. To simplify maintenance, the register, measuring chamber, and strainer can be replaced without removing the meter housing from the installation. No change gears are required for accuracy calibration. Interchangeability of parts among like -sized meters also minimizes spare parts inventory investment. MAGNETIC DRIVE: Direct magnetic drive, through the use of high- strength magnets, provides positive, reliable and dependable register coupling forstraight-reading, remote or automatic meter read i ng options. SEALED REGISTER: The standard register consists of a straight - reading odometer -type totalization display: 360" test circle with center sweep hand and flow finder to detect leaks. Registergearing consists of self-lubricating thermoplastic gears to minimize friction and provides long life. Permanently sealed; dirt, moisture, tampering and lensfogging problemsareeliminated. Multi-positionregistersimplifiesmeter installation and reading. Generator -type remote reading and automatic meter reading systems are available for all Recordall Disc meters. (See back of sheet for additional information.) All reading options are removable from the meter without disrupting water service. TAMPER -PROOF FEATURES: Customer removal of the register to obtain free water can be prevented when the optional tamper detection seal wire screw or TORX° tamper resistant seal screw is added to the meter. Both can be installed at the meter site or at the factory. MAINTENANCE: Badger Recordall Disc meters are designed and manufactured to provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programs to fit the needs of the utility. CONNECTIONS: Tailpieces/Unions for installations of meters on various pipe types and sizes, including misaligned pipes, are available as an option. BadgerMeter, Inc ,a Model 55 SPECIFICATIONS Typical Operating 1-55 GPM (.23 to 12.5 m3/h r) Range (100%± 1.5%) Tailpiece Low Flow 1/2 GPM(. 11 m3/hr) (Min. 95%) Pipe Thread Maximum 40 GPM (9.1m3/hr) Continuous Operation (NPT) Pressure Loss 3.4 PSI at 40 GPM at Maximum (.23 bar at 9.1 m3/hr) Continuous Operation Maximum Operating 80°F (26°C) Temperature Maximum Operating 150 PSI (10 bar) Pressure Measuring Element Nutatingdisc, positive displacement Register Type Straight reading, sealed magnetic drivestandard. Remotereading orAutomatic Meter Reading units optional. Register Capacity 10,000,000 Gallons, 1,000,000 Cubic Feet, 100,000 m3. 6 odometer wheels. Meter Connections Available in bronze and thermoplastic to fit 1"(DN25mm) spud thread bore diameter sizes. See table below. Size Coupling Nut Tailpiece Designation x Laying Bore and Pipe Thread Length Dia. Spud Thread (NPT) 1" x 10 3/4" 1" 1 1/4" (1") 1.1 MATERIALS Meter Housing Cast Bronze, Low Lead Alloy Housing Bottom Plates Bronze, Cast Iron, Low Lead Alloy Measuring Chamber Disc Trim Strainer Disc Spindle Magnet Magnet Spindle Register Lid and Shroud Generator Housing Thermoplastic Thermoplastic Stainless Steel, Bronze Thermoplastic Thermoplastic Polymer Bonded Thermoplastic Thermoplastic, Bronze Thermoplastic RD -T-55 11-06 PRESSURE LOSS CHART Rate of Flow, in Gallons per Minute ._ food ACCURACY CHART Rate of Flow, in Gallons per Minute fA 10 100 Sweep Hand Registration MODEL GALLON CU.FT. I CU. METER M55 I 10 I 1 I .1 Please see our website at nN www.badgermeter.com W for specific contacts. Copyrlght®Badger Meter. IrY-2006.Ali rightsreserved. RTR" and Recordall® are registered trademarks of Badger Meter, Inc TORX" is a registered trademark o' Camcar. Division of Textron, Inc Due to continuous research, product improvements and enhancements, Badger Meter reserves the right to change product or system specifications without notice, except to the extent an outstanding contractual obligation exists. BadgerMeter, Inc. P.O. Box 245036, Milwaukee, WI 53224-9536 (800) 876-3837 / Fax: (888) 371-5982 o www.badgermeter.com A B B C D METER METER LAYING HEIGHT HEIGHT I HEIGHT CENTERLINE METER SIZE MODEL LENGTH REG./RTR TO ADE GEN. TO BASE WIDTH WEIGHT T 55 103/4"6"6 6" 6 1/2" 7 318" 2 1132' 6 1/4" 8.75 lbs, (25mm) (273mm) (152mm) (165mm) (187mm) (52mm) (159mm) Sweep Hand Registration MODEL GALLON CU.FT. I CU. METER M55 I 10 I 1 I .1 Please see our website at nN www.badgermeter.com W for specific contacts. Copyrlght®Badger Meter. IrY-2006.Ali rightsreserved. RTR" and Recordall® are registered trademarks of Badger Meter, Inc TORX" is a registered trademark o' Camcar. Division of Textron, Inc Due to continuous research, product improvements and enhancements, Badger Meter reserves the right to change product or system specifications without notice, except to the extent an outstanding contractual obligation exists. BadgerMeter, Inc. P.O. Box 245036, Milwaukee, WI 53224-9536 (800) 876-3837 / Fax: (888) 371-5982 o www.badgermeter.com RecordalP Cold Site ? (DN 50mm) Technical Water Top Load ANSUNSF Standard Bronze Disc Meter 61 Certified, Annex G Brief DESCRIPTION Badger Meteroffers tbeRecordall Discnteter inCast Bronze and a Low LeadAby. The LowLeadAltoy (Trade Designation: M170LL) version complies with ANSI/NSF Standard6l, Annex G and carries the NSF -61 Mark on the housing. AH components of the Low bead Alloy meter, i.e., disc, chamber, housing, seals. etG., comprise the cerWied system. APPLICATI[ONS: For use in measurement of potable cold water in residential, commercial and industrial services where flow is n one direction only. OPERATION Water flows through the meter's strainer and into tate measuringchamberwhere itcausesthe disc tonutste.The dise.w h i i moves freely, nutates on its own ball, guided by a thrust roller. A drive magnet transmits the motion of the disc to a follower magnet located within the permanently -seated register.The follower magnet is connected to the registergear train. The geartrain reduces tate disc nutations into volume totalization units displayed on the registerdial face. OPERATING PERFORMANCETheBadgerRecordallDisc metersmeet or exceed registration accuracy for the law flow rates (95%). normal operating flow rates (100:t 1.5%), and maximum continuous operation flow rates as specifically stated by AWWA Standard C700. CONSTRUCTION: Badger Recordall Disc meter construction. which complies with ANSI/AWWA standard 0700, consists of three basic components: bronze meter housing, measuring chamber, and permanently, sealed register.A corrosion-resistanthermoplastic material is used for the measuringchamber. Zsimplify maintenance, the register, measuring chamber, and strainer can be replaced without removing the meter housing from the instatlatton. No change gears arerequlred foraccuraey calibration. Interchangeability of parts among Ilke-sized meters also minimizesspare parts inventory investrnent The built-instrainer has an effective strainingarea of twice the inletsize. MAGNETIC DRIVE Direct magnetic drive, through the use cf high- strength magnets, provides positive, reliabte and dependable register coupling for straight -reading, remoteorautomatk meterreading options. SEALEDREGISTER: The standardregister consists of a straight -reading, odometer -type totalization display, 360' test circle with center sweep hand and flow finder to detect leaks. Registergearing consists of self- lubricatingthermoplasticgearsto minimizefriction and provides long life. Pemtanentlysealed;dirt, moisture, tampering andlensfogging problems are eliminated. Multi -position register simplifies meter installation and reading. Generator -type remote reading and automatic meter reading systems are available for all Recordall Disc meters. All reading options are removable from the meterwithout disruptingwater service. TAMPERPROOF FEATURES: Customer removal of titeregister to obtain free water can be prevented when the optional tamper detection seal wire screw/or Torxv tamper seal resistant screw is added to the meter. Both can be installed at tate meter site or at the factory. MAINTENANCE Badger Recordall Disc meters are designed and manufacturedto provide long-term service with minimal maintenance. When maintenance is required, it can be performed easily either at the meter installation or at any other convenient location. As an alternative to repair by the utility, Badger offers various maintenance and meter component exchange programsto fit the needs of the utility. CONNECTIONS: Tsllpleces/Fianges for installations of meters on various pipe types and sizes, including misaligned pipes, are available as an option. Badger Meter Model 170 shown with optional 1" Tesl Plug SPECIFICATIONS Typical Operating 2112-170QPM(.57to39m'/hr) Range(100%* 1.5%) Strainer Lowflow 11/2 GPM (.34 ml/hr) (Min. 95%) Magnet Maximum 100 GPM (23n°fir) Continuous Operation Register Lidand Box ProsaureLoss 33 PSI at 100GPM at Maximum (.23 bar at23m3/hr) Continuous Operation Maxhnum Operating WF (26°C) Temperature Maximum Operating 150PSI(10bar) Pressure Measuring Element Nutating disc, positive displacement Rs04tsr7Aw Straightreadiny, permanently sealedmagneticdrive standard. Remote readingor Automatic NIIAar Reading units optional. Registration 100 Gallons, 10 Cubic Feet, 1m3 RegisterCapaaty 100,000,000 Gallons, 10,000,000 Cubic Feet, 1,000,000 m3. 6 odometerwheels. Maty Connections 2' A W A b oboft ellipticallange, drdK or 2 - 11 112 NPT i ntemal pipe threads. OptionalTest Plug 1"NPTtestplug (TP)availableonelliptical long and short versions. MATERIALS Mater Housing Cast Bronze, Law Lead Alloy Housing Top Plates Bronze, Low LeadAlloy Measuring Chamber Thermoplastic Disc Thermoplastic Trim 9.-*wl®sSteeVBronze Strainer Thermoplastic DkcBpindle StainlessSteel Magnet Ceramic M "t Spindle StainlessSteel Register Lidand Box Thermoplastics Bronze Generator Housing Thermoplastic RD -T-2 1040 PRESSURE LOSS CHART Rale of Fbw. i, Gaxws pw Mbuft ACCURACY CHART re Rat of Flow, in eafts pw Mimeo woo MODEL GALLON I CU.FT. ICU. METER 170 1 100 1 1 1 METER METER LAYING HEIGHT HEIGHT CENTERLINE SHIPP NO SIZE MODEL LENGTH REGJRTR GEN. BASE WIDTH WEIGHT 2- 170 EL, Hex 15'/8 S 93/8 27/e' 91/2* 30 Ib. ( ) 170 EL, TP (387mm) (203mm) (23ftm) (73mm) (241mm) (13.6kg) 2' 170ELL, iT 8• 93/8" 27/8 9'/8 301b. rim 170 ELL,TP (432mm) (203mm) (238mm) (73mm) (241mm) (13•6kg) MODEL GALLON I CU.FT. ICU. METER 170 1 100 1 1 1 ho. 01.k RTRa and ReoordaNa are registered trademarks of Badger Meter, Inc. TOW Is a registered trademark of Camcar, Divisbn of Textron. Inc. 4 Please see our website at D www.badgenneter com for specific contacts. CopydgM 20% Badger Meter, Inc ARrghb reserved Due to o00ma resea", Product Improvements and enhancements, Badger Meter reserves the right to change product oraystern speaficatkxm without notice, except w the extent an otftstanding cm*acWW ahllgatbn wrists. Badger Meter P.O. Box 245036, Milwaukee, WI 53224-9536 (800) 876-3837/ Fax. (888) 371-5982 ® www. badgermetercom Model ADE Absolute Digital Encoder Tech ni ca Brief Description Applications: The Absolute Digital Encoder(ADEI) is designed for use with all Recordall® Disc, Turbo, Compound and Fire Service meters to provide connectivity with ORION° Badger® ERT°, BadgerTouchO and Badger Meter approved AMR technology solutions. Electronic Resolution: Digital output from the ADE includes the option of either four, five or six dial resolution. Refer to tables on the next page far details. Mounting: The ADE in its shroud assembly uses a bayonet mount compatible with all Recordall Disc, Turbo, Compound and Fire Series meters. The bayonet mount allows positioning of the register in any of four orientations for visual reading convenience. The ADE can be removed from the meter without disrupting water service. Magnetic Drive: A direct -drive, high-strength magnetic coupling through the meter body to the wetted magnet provides reliable and dependable register coupling. Local Indication: The ADE register face features a six -digit mechanical odometer wheel stack, a 360" test circle with sweep hand, and a flow finder to indicate leaks. Tamper -Resistant Features: Unauthorized removal of the ADE is inhibited by a tamper resistant Torxl seal screw, provided as a standard accessory with the ADE. An optional tamper detection seal wire screw is also available. Construction: The housing of the ADE is constructed of a strengthened glass lens top and a corrosion -resistant metal bottom. Internal construction materials are thermoplastic for long life and high reliability. The register gearing is self- lubricating thermoplastic to minimize friction and provide long, reliable life. The shroud assembly is thermoplastic. Temperature: The operating range of the ADE is -40" C to 60" C (-40°F to 140°F). The water meter should not be subjected to temperatures below freezing. Sealing: The ADE achieves true water resistance due to the adhesive technology used to seal the glass dome to the corrosion resistant metal bottom. Leak rates less than 10-6 cc/sec, as tested by a helium mass spectrometer, are comparable to a true hermetic seal. Due to this unique sealing process, the ADE exceeds all applicable requirements of AWWA Standard C707 regarding moisture intrusion. Wire Connections: The ADE is available with either a wire lead, fully potted to prevent moisture intrusion at the connections, or with terminal screws, When provided with a wire lead, the ADE may be pre -wired at the factory to select Badger Meter -approved AMR devices, or may be furnished with a variety of lead wire lengths. Lead wire equipped ADE registers are suitable for installation in all environments, BadgerM eter, n c. Specifications Transmitter/Register Straight reading, permanently sealed, magnetic drive Unit of Measure U S Gallons, Cubic Feet, Cubic Meters, clearly identified on reqister face Number Wheels Six with 3/16 -inch hiqh numerals ten divisions each Weight 11 Ounces Humidity 0% to 100% condensing when equipped with potted lead wire, 0% to 95% non - condensing with screw-terrninai wire connections Temperature -5" F to 120" F (-20° C to 49" C) Signal Output Industry Standard ASCII Format Visual Resolution 1/100th of Test Circle Electronic Resolution Four-, five- or six -dial resolution Signal Type Two -wire asynchronous for Touch Solutions Power Source External including continuously submerged water meter pits. The terminal screw version ADE features a tamper-resistant cap over the three -wire terminals. ADE registers with terminal screws are for indoor installation in protected environments, such as residential basements. Electrical: The electronic circuitry is designed to provide immunity to electrical surges and transients per IEC801-2, IEC801-4 Severity Level 4. Operation of the ADE is dependent on the wire length limitations of connected AMR equipment. Operating Characteristics: The digital reading obtained by an AMR device is sensed directly from the position of the ADE register's odometer using internal LED light paths to determine the exact position of each number wheel. This technology eliminates electromechanical contacts that could wear out, and provides greater long-term performance. ADE -T-01 1-10 with wire lead Side View Dimensional Drawing Measurement Resolution: The minimum electronic resolution of the ADE is as noted below (6 Dial Reading). To verify the correct resolution for your application, contact Badger Meter Customer Service. I Please see our Web site at www.badgermeter.com for specific contacts. © 2010 Badger Meter, Inc. All rights rescrvcd. 4.24"% 1 � . 5.30" with terminal screws Top View Dimensional Drawing 6 Dial 6 Dial 6 Dial 6 Dial Resolution 6 Dial Resolution Resolution RECORDALL° Cubic Resolution Cubic Cubic Disc Series Size Gallons Feet (Ft3) Meters (m3) M25 5/8" 10 1 0.1 M25 3/4" 10 1 0.1 M35 3/4" 10 1 0.1 M40 1" 10 1 0.1 M55 1" 10 1 0.1 M70 T 10 1 0.1 M 120 11/2" 100 10 1 M170 2" 100 10 1 3 High Side (Turbine) 10 1 3" Low Side (PD) 10 1 6 Dial 6 Dial 100 6 Dial Resolution Resolution RECORDALL Resolution Cubic Cubic Turbo Series Gallons Feet (Ft3) Meters (m3) 11/2" 100 10 1 2" 100 10 1 3" 100 10 1 4" 100 10 1 6" 1000 100 10 8" 1000 100 10 10" 1000 100 10 12" 10000 1000 10 16" 10000 1000 10 20" 10000 10000 10 I Please see our Web site at www.badgermeter.com for specific contacts. © 2010 Badger Meter, Inc. All rights rescrvcd. 4.24"% 1 � . 5.30" with terminal screws Top View Dimensional Drawing Resolution stated as individual high and low readings The ADE should only be connected to a Badger Meter, Inc. approved product. Connection to an unapproved productwill void the ADE warranty. ADE, Badger, ORION and Recordall are registered trademarks of Badger Meter. Inc. All other trademarks appearing in this document are the property of their respective entities. Due to continuous research, product improvements and enhancements, Badger Meter reservesthe right to change product or system specificationswithout notice except to the extent an outstanding contractual obligation exists. BadgerMeter, Inc. P.O. Box 245036 Milwaukee, WI 53224-9536 800-876-3837 infocentral@ badgermeter.com • www.badgermeter.com 6 Dial 6 Dial 6 Dial Resolution Resolution Fire Service Resolution Cubic Cubic Meters Gallons Feet (Ft3) Meters (m3) 3" 100 10 1 4" 100 10 1 6" 1000 100 10 8" 1000 100 10 10" 1000 100 10 6 Dial 6 Dial Resolution Resolution RECORDALL Resolution Cubic Cubic Compound Series Gallons Feet (Ft3) Meters (m3) 2" High Side (Turbine) 100 10 1 2" Low Side (PD) 10 1 0.1 3 High Side (Turbine) 10 1 3" Low Side (PD) 10 1 0.1 4" High Side (Turbine) 100 10 1 4" Low Side (PD) 10 1 0.1 6" High Side (Turbine) 1000 100 10 6 Low Side (PD) 10 1 0.1 Resolution stated as individual high and low readings The ADE should only be connected to a Badger Meter, Inc. approved product. Connection to an unapproved productwill void the ADE warranty. ADE, Badger, ORION and Recordall are registered trademarks of Badger Meter. Inc. All other trademarks appearing in this document are the property of their respective entities. Due to continuous research, product improvements and enhancements, Badger Meter reservesthe right to change product or system specificationswithout notice except to the extent an outstanding contractual obligation exists. BadgerMeter, Inc. P.O. Box 245036 Milwaukee, WI 53224-9536 800-876-3837 infocentral@ badgermeter.com • www.badgermeter.com Water I 100 Series Water Endpoint Introduction TIE100 Series water endpofnt is the blest addition to ftron's portfok o of advanced water meteringdevices. Featuring acoopact design, industry-leadingbattery life and technology designed to adapt and grow with your business, the 100 Series an helpyou streamline your cpexatirnsand maxim¢e your resources today and Into the future. 100 Series endpoints are available in ism housing designs, supporting both water pit and remote installations. These endpoints otic advanced meter datacollection designed specifically for thexollection syr of Itron's ChoiceConncetTm A 63gincluding mobile collection aid feed network systems. 100 Seriffi endpoints differentiate themselves from other devices on the market by providingtrue two-way communications capabilities. Engineered from the ground up to leverage the benefits of ChoiceConnect,100 Series devices enable easy migration from mobile to fixed network operations as your business nem evolve. Ard with Chok)eConnect'sTM complementarytechnology, mobile "fixed network systems can be mixed -and -matched to ensure maximum efficiency and reliability in both high- andlow-density meterpopulafions. Watermeter compatibility The 100 Series water endpoint is compatible with industry -loading water nutters from Itron—as «dl as those from manufacturers such as Badger, ElsterAMCO, Hersey, Matron Famier, NeptuneandSensus--enabling water utilities to consolidate all their water meters under a single reading system. Powered by advanced lithium battery t:ecimlogy,the endpoint is designedfor greater than 20 }ears of batteryl fe. Battery life is reduced if mobile hard -to -read mode is activated. /trap Knowledge to Shape YourFuture Data logging The 100 Series water endpoint storm 40 days of hourly consumptioninformation, offering the advantages ofa fixed network system and the capabilities of a mobile systen.This data is available in four beEk packets and readablewith thefiied networksystem as well as mobile: Any reading within the last 40 days > A set of 24 cone utivehoury intervals A set of 40 daiy intervals A set of 40 days xf hourly intervals Ease of installation The100 Series water endpoint includes integral mounting adapters to installthe device below compatible meterpit ids by mounting directly to tie meterbody or using a standard -dimension fiberglass rod. A shelf - mount adapter is available for use with lids that contain a recessed cavity on the underside of the pit. Additionally, a remote antenna is availablefor through-Ild installations (for lids utilizing a 1.75-i rich hole). Both models can also be screw -fastened to flat surfaces. The compact design of the 100 Series endpoint, coupled with an optional in-line registercableconnector (pit version ony), make installations up to 25 feet from the water meter quick and easy. The encoderversiondoes not require any programming—it automatically detectsthe registertJ,pe within one hour of being connected. 100 Series devices do not require a FCC license. Leak management Water loss management is critical to any water Utility's success. 100 Series water endpoints connect to t con's advanced acoustic leak sensors. These sensors coiled andanalyce soundpattems intheirenvironmentto detect new, evolving and preexistingleaks automatically with web based applicationmlogoniine. Leak sensor technology coupled with the endpoint's internal metered leak logic and the option to use data from groups of 100 Series devices (DistrictMetering) provide thautility with a highty accurate picture xf the oveiraIl health of the water distribution system. Superior peffomwr,e The 100 Serieswaterendpdnts utilize 50 radii channels randomly, selecting one charms for each data message. This multi -channel approach delhlers higher read integritya" competingproducts by reducingthe effectf interferingsi 4fromother radbfrequency (RF) signals in the area. R095dllty 100 Series water endpoints feature a circuit assembly and battery pack that are fully encapsulated within a specially -formulated potting material to completely protectintemal componentsfrom water, contaminants, corrosion, rough handling andterr p ature cycling. With their straightforwarddesign,100Series dMM use substantially fewer oomponenls than most competing products, resulting in greaternaWlity. The advanced, Integrated antenna operateseffectiv* inawide range of meter box installations; the design aid use of the optional remote pit antenna protects'! 00 Series water endpoints from lam mowers, vehide traffic and other environmental hazards. The 100W is bad(ed by a 20 year limitedwarranty which starts at time of shipment Lower costcfownershlp 100 Series devicesfeatum industry-leading battery life, ensuringyour automated meter reading(AMR) investmentachievessubstantialy better financialretums than eompetingproductswith batteries thattypl dly last only ten ortw aloe years. Additionali, with advancements in leak reverse flow(encoderversiononly) andtamper detection, 100 Series water endpoints necessitate fewer field investigations and substantially lower expenditures for installation, meter reading, customer service and field service.And with a kwbaltery alarm, tl-Eseendpcnts helpLdItles better plan and managethe replacement of units inthef i i . 10 OW specifications Functional > RmerSouroe:Two "A"cell lithiumbatteries warranted for 20 years > Maximum meter registerpulsefiequency (pulse version ody):4 Hertz > Operatingtemperature: -40°F to+158°F (40°C to +70°C) > Storagetemperature: 40°C to + 75°C for maximumof 1,000 hours > Humidity limits: 0 to 100% (submersible) > Ma>amumregistercabledimension: 300feet with Itron-approved cable and spliceoonnectors > Metercompatibility: See Water Endpoint Meter Compatibility Guide (PUB -0063-002) Transmission parameters > Data message: Multiple RF channel transmissions of meter registervalue, cut cable and or communication errortamper(s), reverse flow (encoder version only) and system leak swus messages, as well as low battery Indicatoris transmitted every nine seconds in mobilemode. In fixed network made all this information plus the last 8 time synchronizedconsumption intervals is transmitted every five minutes. Also during fixed network mode, our standardconsumptlon message and communication flags are t aE ittEd every minute to allow for contingency reads > Transmitterfrequences:910-92OMHz ( cwPower) inmobile mode. 910-920MHz (High Power) infixed network & mobile hard-to-readmodes Approved reading devices . > Nebwk system: Itron Fixed Network 100 Series OOU and Data Repeaters (fulltwo•way communication capability) > Drive-bysystem: Itron MobileCollection System' and Mobile Collector Lite" > Walk-bysystem: hronFC200SR" and FC300SR handheldcomputers About Itron In C. it= Inc. is aging technology provider to theglobal energy and waterindrstries, Owcomparly is the world'sleading p vvklsr cfintedbent marring, data collection and utility software solutions, with neady 8,000 ufiCdia woddwlde r*ng on ourtechnotogyto optimim & dWhey and useofenergyand water:Owilroducts include elecldeiy,, gas, water and heat meters data cdlechonand communication systems, includingautomrated meter readrig (AMR) and advanced mebrtrlginfrastructure (AMID, meter data managementand related software 4*ka(ions: as mall as project rnenagement, installation, and consulting services. To km more, shut hem- tvnvitron.coiT, Approved proggramn*V device > FC200SR with Reld DeploymentManager (FDM) version 1.0 or higher software > FC300 Snead with Field Deployment Manager(FDM) version 1.0 or higher software Dimensions Height: 4.5 inches > Maximum diameter. - Laxer 3.90 Inches -Upper: Approx, 1.70 inches > Weight: Approx, 9.6 oz. > Endpoint ca'blelength wilhout in-line connector. 5 feet and 20 inches (for register direct mounting) > In-line connector register cables: 5 feet and 25 feet AfwndV options Custom-fastenerdots far future attachment to OEM mounting adapters > Rod -mount using standard l/2 -Inch fiberglassrod orslmilar products > Pit lid shelf -mount usingsnap-on shelf mounting adapter > Wali -mount to suitable backing materialwith user -supplied mounting screws > Through meterph/box lids with optional remote pit antennafor 1.75 -inch diameter holes upto 2.5-minch maAmumlld thickness Regulatoryand standards > FOCPart 15.247 > Industry Canada #210, Section 6.2.2(o) What anwSoftware upgtade 42dates maybe required /from Corporate Headquarters 2111 North Molter Road Liberty Lake, WA 99019 USA Phone: 1.800.635.5461 Fax 1.509.891.3355 www.Kron.com 0 Copyright 2010, Oran Inc. All Rights Reserved. - Itron reserves the right to change these specifications without prior mtka. l Publication 101020SP-02 06110 Warranties ""NATIONAL METERAND AUTOMATION, INC. ltrJn 10OW Series Water Full warranty consistent with the warranty terms in the Endpoints (including battery) Agreement for the first 10 years from shipment. Forwarranty claims in years 11 through 15, Itron's sole obligation will be to provide Customerwith a discount on replacement product equal to 50 percent of its then -current list price for the replacement product. For warranty claims in years 16 through 20, Itron's sole obligation will be to provide Customerwith a discount on replacement product equal to 25 percent of its then -current list price for the replacement product. Leak Sensor Full warranty consistent with the warranty terms in the Agreement for the first 10 years from shipment. Forwarranty claims in years it through 15, itron's sole obligation will be to provide Customerwith a discount on replacement product equal to 50 percent of its then -current list price for the replacement product. Far warranty claims in years 16 through 20, ttron's sole Dbligation will be to provide Customerwith a discount on ,eplacement product equal to 25 percent of i ts then -cu rrent ist price for the replacement product. Digital Leak Detector 14 months from shipment DigiCorr Leak Correlator 14 months from shipment 23 This warranty shall apply to all Recordall' Non -Leaded Bronze Disc Meters, modelst-P through 170 when used to measure potable water, and the rogisters, generators, and encoders used with these meters (collectively "Product"), sold on or after September 1, 2007 1 his warranty is extended only to utilities, municipalities, other commercial users and authorized Badger Meter, Inc ("Badger"') distributors, hereafter referred to as "Customer and does NOT apply to consumers Badger warrants Product to be free from defacts in materials and workmanship appearingwithin the earlier of the fallowing time- frames: Twenty (20) years after installation; or twenty (20) years and six (6) months after shipment from Badger. Twenty-five (25) years after installation; or twenty-five(25) years and six (6) months after shipment from Badger. Tan (10) years after installation; of ten (10) years and six (6) months after shipment from Badger. Five (5) years after installation; or five (5) years and six (6) months after shipment from Badger Fifteen (15) years after installation; or fifteen (15) years and six (6) months after shipment from Badger. One (1) year after installation; or one (1) year and six (6) months after shipment from Badger The meter product will meet or exceed new meter accuracy standards set forlh in AWWA Standard C700-02 for the following periods: Model LP Recordall 6/8" and 5/8" x 3/4" Five (5) years from date of shipment or registration of 750,000 gallons, whichever occurs first. Model 25 Recordall 5/8" and 5/8" x 3/4" Five (5) years from date of shipment or registration of '750,000 gallons, whichever occurs first. RD -W-4 11-07 BadgerMeter aJ Model 70 Recordall 1" Five (5)years from date of shipment or registrationof 1,100,000 gallons, whichever occurs first. Model 120 Recordall 1.1/2" Two (2)years from date of shipment or registration of 1,600,000 gallons, whichever occurs first. Model 170 Recordall 2" Two (2) years from date of shipment or registration of 2,100,000 gallons, whichever occurs first. Tho meter productwill meet or exceed repaired meteraccuracy standards sot forth in AWWA Manual M-6, Chapter 5 (1999) Table 5.3 for the following periods: Model LP Recordall 5/8" and 5/8" x 3/4" Fifteen (15) years from date of shipment or registration of 2,500,000 gallons, whichever occurs first, with a 20 gpm safe maximum operating capacity and a 10 gpm maximum rate fa continuous operation. Model 25 Recordell5/8" and 5/8" x 3/4" Fifteen (15) years from date of shipment or registration of 2,500,000 gallons, whichever occurs first, with a 25 gpm safe maximum operating capacity and a 15gpm maximum rate for continuous operation. Model 35 Recordall3/4" Fifteen (15) years from date of shipment or registration of 2,500,000 gallons, whichever occurs first, with a 35 gpm safe maximum operating capacity and a 25 gpm maximum rate for continuous operation. Model 55 Recordall 1" Fifteen (15) years from date of shipmcnt or registrationof 3,000,000 gallons, whichever occurs first, with a 55 gpiin safe maximum operating capacity and a 40 gpm maximum rate for continuous operation. Model 70 Recordall 1" Fifteen (15) years from date of shipmcnt or registrationof 3,250,000 gallons, whichever occurs first, with a 70 gpm safe maximum operating capacity and a 50 gpm maximum rate for continuous operation. Modal 120 Recordall 1-1/2" Fifteen (15) years from date of shipment or registration of 5,600,000 gallons, whichsverocrurs first, with a 120 gpni safe maximum operating capacityand a 80 gpm maximum rate for continuous operation, Model 35 Recorda113/4" Model 170 Recordall 2" Five (5)years from date of shipment or rcgistrationof 750,000 Fiftaen (15) years from date of shipment or registration of gallons, whichever occurs first. 10,400,000 gallons, whichever occurs first, with a 170 gpm safe Model 55 Recordall 1" maximum operating capacity and a 100 gpm maximum rate for Five (5) years from date of shipment or registration aF 1,000,000 continuous operation. gallons, whichever occurs first. Badger Meter Inc., 4545W. Brown Deer Road, RO, Box 245036, Milwaukee, Wisconsin 63224.9536 Badger Meter further warrants the meter product to meet or exceed the following extended low flow accuracies in excess of AW WA standard: Model LP Ree n r' 516' and 518" x 314" Badger warrants Product lowfiav accuracy of 98.5% at a rate of 114 gpm and low flow accuracy d 95,0% at a rate of 1/8 gpm for five (6) years from slab of shipment or registration d675,000 gallons, whichem occurs first. Model 25 Recordall 5/8" and 516" x 314' Badger warrants Product low flow accuracy of 965% at a rate of 114 gpm and tow flow accuracy of 95.0% a t a rate of 1/8 gpm for five (5) years from date of shipment or registration cf 675,000 gallons, whichever occurs first. Madel 35 Rocordall 314" Badger warrants Product low flow accuracy of 97% at a tale of 318 Spm for five (5) years from date of shipment or registration of 675,000 gallons, whichever occurs first, Model N Recordell 1' Badger warrants Product low flow accuracy of 95% at a rate of 1/2gFxnfor three (3ba"from date cfshipmentorregistration of 575,000 gallons, whichever occurs first, Model 70 Recordall 1" Badger warrants product low flow accuracy of 95% at a rate of 314 gpm for three (3)yeersfrom date of shipment or registration of 1,100,000 gallons, whichever occurs first Model 120 Recordall 1.112• Badger warrants productlow flow accuracy of 96% at a rate of 1 1 /4gpm for two (2) years from date of shipment or registration of 1,440,000 gallons, whichever occurs first. Model 170 Recordall 2" Badgerwartants Product low flow accuracy of 95% at a rate of 1 112 gpm for two (2) years from date of shipment or registration of 1,890,000 gallons, whichever occursfirst. Any Product proved to Badger's satisfaction to h a w failed the foregoing warranties will, at Badger'soptlon, be repaired or replaced without charge to the Customer. Badger'sobllgatlon hereundershak be limitedto such repair and replacementand shall becordlitloned upon Badger's receiving written notice of anyallegeddefect within ton (10)daysafter Itsdiscovery. This exclusive remedyshall not be deemed to have failed its essential purpose so "as Badger Is wiping and able to replacedefec- fve products or issue creditto purchaserwithln a reasonable time dproof to Badger ttitadefect lainvotved. Product returns must beshipped by the Customer prepaidF.O.B. to the nearest Badger factory ordlstribution center. The Customershall be re- sponsible for all directand indirect Costs associated with remov Ing original productand reinstating the repaired or replaaemem Product. This warranty shall not apply to Product repaired or altered by any party other than Badger. The foregoing warranty applies only to the extent that the Productla Instalted, serviced and operated strictly h accordance with A W A Standard C700.02 and AW WA M8 Manual. The warranty shall not appy and shall bevoid with respect to Product exposed to conditions other than thosedetailed n BadgerProduct technical literature and Installa- tion and Operation Manuals (IOhts), orwhkh have beensubfect to vandalism, negligence, aockant, actscf Clod, Improperinstal- lation, operation or repair, alteration, or othercircumstances which are beyond Badger's reasonable control. With respect to Product not manufactured by Badger, the warranty obligations of Badger shall i n all respects conform and be limited to the war- ranty extended to Badger by the supplier, M E FOREGOING WARRANTIESARE EXCLUSIVEAND IN LIEU OF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FORA PARTICULAR PURPOSE (except wwmntlse oflltie). An yy ieseriptlon of the Product, whether In wrtting or made orally byBadger or Badgers agents, specifications, samples, models, bulletins, dra)Mngs, diagrams, engineering Aims orshmilar materlals used Inconnectlon with any Customer's order are for the sole purpose of identifying the Product andshall not be construedas en expresswarranty, Any suggestions by edger or Badger'sagents regardinguse, application, or suitability of ft Productshall not be construed as an express warranty unless confirmed to be such in writing by Badger. Exclusion of Consequential Damages and Disclaimer of Other Liability, Badgers liability with respect to breaches of the foregoing warranty shall be limited as statedherein. Badger's liabilityshalt in noeventexceed theombzctprlce. BAWER SHALT. NOT 01 SUBJECTTO AND DISCLAIMS (1)ANY OTHER OBLIGATIONS ORLIASILITIE$ ARISING OUT OF BREACH OF CONTRACT OR OF WARRANTY, (2) ANY OBLI- GATIONS WHATSOEVER ARISING FROMTORT CLAIMS (IN. CLUDING NEGLIGENCE AND STRICT LIABILITY) ORARIS" ING UNDEROTHERTHEORIESOFLAW WITH RESPECTTO PRODUCTS SOLD OR SERVICES RENDERED BY BADGER, OR ANY UNDERTAKINGS, ACTS OR 0MISS4ONS RELATING THERETO, AND (3) ALLCONSEQUENTIAL, INCIDENTAL, AND CONTINGENT DAMAGES WHATSOEVER Duetoeontlnuousresearch, product lmprovementsandenhanoements. Badger Meterfeserlfesthe righttochange productorsystem specifica- tions without notice, except to the extent an outstanding contractual obligation exists. ADE*, Rscordwfb, RTR" and 6adgM are registered uadwraft of ridge Meter, Inc. This warranty shall apply to the Absolute Digital Encoder (ADE®) ("Product"), sold on or after August 1, 2006. The warranty is extended only to utilities, municipalities, other commercial users, and authorized Badger Meter, Inc. ("Badger ) distributors, hereinafter referred to as "Customer", and does NOT apply to consumers. Badger warrants the Product to be free from defects in materials and workmanship appearing within the earlier either: Ten (10) years after installation; or ten (10) years and six (6) months after shipment from Badger. Any Product proved to Badger's satisfaction to have failed the foregoing warranties will, at Badger's option, be re- paired or replaced without charge to the Customer. Badger's obligation hereunder shall be limited to such repair and replacement and shall be conditioned upon Badger's receiving written notice of any alleged defect within ten (10) days after its discovery. This exclusive remedy shall not be deemed to have failed its essential purpose so long as Badger is willing and able to replace defective Products to Customer within a reasonable time after receipt of proof that a defect is involved. Product returns must be shipped by the Customer prepaid F.O.B, to the nearest Badger factory or distribution center. The Customer shall be responsible for all direct and indirect costs associated with removing original product and reinstalling the repaired or replacement Product. This warranty shall not apply to Product repaired or al- tered by any party other than Badger. The foregoing warranty applies only to the extent that the Product is installed, serviced and operated strictly in accordance with Badger's instructions. The warranty shall not apply and shall be void with respect to Product exposed to conditions other than those detailed in Product technical literature and Installation and Operation Manuals (IOMs), or which have been subject to vandalism, negligence, accident, acts of God, improper installation, operation or repair, alteration, or other circumstances which are be- yond Badger's reasonable control. With respect to equip- ment and parts not manufactured by Badger, the warranty ADE -W -I 8.06 BadgerMeter obligations of Badger shall in all respects conform and be limited to the warranty extended to Badger by the supplier. THE FOREGOING WARRANTIES ARE EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESS AND IMPLIED WARRANTIES WHATSOEVER, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANT- ABILITY AND FITNESS FOR A PARTICULAR PUR- POSE (except warranties of title). Any description of the Product, whether in writing or made orally by Badger or Badger's agents, specifications, samples, models, bulletins, drawings, diagrams, engineer- ing sheets or similar materials used in connection with any Customer's order are for the sole purpose of identifying the Product and shall not be construed as an express warranty. Any suggestions by Badger or Badger's agents regarding use, application, or suitability of the Product shall not be construed as an express warranty unless confirmed to be such in writing by Badger. Exclusion of Consequential Damages and Disclaliner of Other Liability. Badger's liability with respect to breaches of the foregoing warranty shall be limited as stated herein. Badger's liability shall in no event exceed the contract price. BADGER SHALL NOT BE SUBJECT TO AND DISCLAIMS: (1) ANY OTHER OBLIGATIONS OR LIABILITIES ARISING OUT OF BREACH OF CONTRACT OR OF WARRANTY, (2) ANY OBLIGA- TIONS WHATSOEVER ARISING FROM TORT CLAIMS (INCLUDING NEGLIGENCE AND STRICT LIABILITY) OR ARISING UNDER OTHER THEORIES OF LAW WITH RESPECT TO PRODUCTS SOLD OR SERVICES RENDERED BY BADGER, OR ANY UNDERTAKINGS, ACTS OR OMISSIONS RELATING THERETO, AND (3) ALL CONSEQUENTIAL, INCIDENTAL, AND CONTIN- GENT DAMAGES WHATSOEVER. Due to continuous research, product improvements and enhancements, Badger Meter reserves the right to change product or system specifications without notice, except to the extent an outstanding contractual obligation exists. Badger' is registeredtrademarkof BadgerMeter. Inc. ADE- isatrademark of BadgerMeter,inc. Badger Meter Inc., 4545 W. Brown Deer Road, P.O. Box 245036 Milwaukee, Wisconsin 53224-9536 NATIONAL METER AND AUTOMATION, INC. City of Lodi WMP Meter Procurement Proposal Addendum #1: Clarifications 1) Section L5- Terms and Conditions: Meter Assemblies and Material "Page 4 of the National Meter Proposal, second paragraph under `Terms and Conditions: Meter Assemblies and Materials": National Meter states that a "base delivery of 500 meter assemblies will be scheduled on 7 day intervals." A "base load" of a set quantity at a set interval should not be assumed by National Meter. Smaller or larger delivery increments may be required, and National Meterand Automation is responsiblefor coordinating precise delivery schedules with the Installation Contractor. The City's RFP established 500 unit lots delivered every 7 days as the maximum ratefor meter deliveriesto the InstallationContractor as a basisfor bids. This delivery schedule should not be considered as a constant `base load.' N Reply: Agreed. Meter deliverieswi I I be scheduled with the InstalfationContractor. This delivery schedule will not be Considered as a constant "base load". 2) Cost Proposal "The benchmark date for the Producer Price Index has been proposed as October 2010. No basis has been proposedfor the Consumer Price Index. National Metershould providethe benchmark date for the local CPI as the basis for future price increases. Also, National Meter should provide the specific CPI index (e.g. the formal name of the proposed, local index or region) that will be used." Reply: CPIlndexisbased onthe LJSDepartmentoflabor, Bureauof labor Statistics, asof December 31,2010, Sacramento Area. 3) ERT Mounting Options `The City has determinedthat existing meter box lids will not be replaced under the WMP. Existing meter box installations account for only a fraction of the total meter installations, but will not be compatible with the lid -mounted encoder- receiver -transmitter - (ERT) units previously specified by the City and proposed by National Meter. Instead, pit mountedERT's will be required at these locations. The Installation Contractorwill be responsiblefor specifying the quantity of pit mounted ERTs and providing this informationto National Meter. Prior to awarding the water meter procurementcontractto National Meter, the City should verify with National Meterthat partially substituting pit mount ERTs for lid -mount ERTs does not cause a price change." Reply: Substituting pit mount (under lid) ERTs for Lid Mount ERTS win reduce the net price forthe meter and ERT assemblyby $200. Exhibit B 2012 NATIONAL METER PRICE CALCULATION Size Quantity Unit Price /" 2,322 $194 $450,468.00 1) 25 $226 $5,650.00 2" 25 $622 $15,550.00 2,372 Subtotal $471,668.00 CA Sales Tax (7.25%) $34,196.00 County Sales Tax (0.5%) $2,358.34 Local Sales Tax (1%) $4,716.68 Total $508,223.34 Field Documentation 2,372 $8 $18,976.00 GRAND TOTAL $527,199.34 EXHIBIT C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract, insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this contract, whether such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: COMPREHENSIVE GENERAL LIABILITY $2,000,000 Ea. Occurrence $2,000,000 Aggregate COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Bodily Injury - Ea. Person $1,000,000 Bodily Injury - Ea. Occurrence $1,000,000 Property Damage - Ea. Occurrence NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a description of therop iect that it is insuring. A copy of the certificate of insurance with the following endorsements shall be furnished to the City: (a) Additional Named Insured Endorsement Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds. (This endorsement shaii be on a form furnished to the City and shaii be included with Contractor's policies.) (b) Primary Insurance Endorsement Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance. Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not contributing with the insurance afforded by this endorsement. (c) Severability of Interest Clause The term "insured" is used severally and not collectivelv. but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (d) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240. Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required. NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate is received by the City. 1. AA# 2. JV# Please provide a description of the project, the total cost of the project, as well as justification for the ,equested adjustment. If you need more space, use an additional sheet and attach to this form. contract with Teichert Construction for the water meter program phase 2 project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: 0 Attach copy of resolutionto this form. Department Head Signature: 8 AI?Pj20VAL SIGN :TRS,'jv, s< 'g��t, �.S i'k L FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A. SOURCE OF 181 3205 Fund Balance $ 5,690,000.00 TO: Internal Services Dept. - Budget Division FINANCING 3. FROM: Rebecca Areida-Yadav 15. DATE: 0212112012 4. DEPARTMENT/DIVISION: Public Works Please provide a description of the project, the total cost of the project, as well as justification for the ,equested adjustment. If you need more space, use an additional sheet and attach to this form. contract with Teichert Construction for the water meter program phase 2 project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: 0 Attach copy of resolutionto this form. Department Head Signature: 8 AI?Pj20VAL SIGN :TRS,'jv, s< 'g��t, x OM FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A. SOURCE OF 181 3205 Fund Balance $ 5,690,000.00 FINANCING Deputy City ManagerllnternalServices Manager Date B. 181 181465 1825-2150 Water Meter Program Phase 2 $ 5,690.00 USE OF FINANCING Please provide a description of the project, the total cost of the project, as well as justification for the ,equested adjustment. If you need more space, use an additional sheet and attach to this form. contract with Teichert Construction for the water meter program phase 2 project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No: 0 Attach copy of resolutionto this form. Department Head Signature: 8 AI?Pj20VAL SIGN :TRS,'jv, s< 'g��t, x OM ke Deputy City ManagerllnternalServices Manager Date Submit completed form to the Budget Division with any required documentation. Final approval will be provided in electronic copy format. RESOLUTION NO. 2012-21 A RESOLUTION OF THE LODI CITY COUNCIL AWARDING CONTRACT AND AUTHORIZING THE CITY MANAGER TO EXECUTE AGREEMENTS FOR THE WATER METER PROGRAM PHASE 2 PROJECT AND FURTHER APPROPRIATING FUNDS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on February 8, 2012, at 11:00 a.m., for Water Meter Program Phase 2, described in the specifications therefore approved by the City Council on December 21, 2011; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Teichert Construction $4,199,640 Navajo Pipelines $4,411,230 Knife River Construction $4,496,395 Mountain Cascade $4,598,370 Vinciguerra Construction $4,733,820 Mozingo Construction $4,769,280 Marques Pipeline $4,985,995 Preston Pipelines $5,318,775 Vulcan Construction $5,493,331 Arrow Construction $5,624,429* Pacific Underground $5,750,517 West Valley Construction $7,324,961 *Corrected Total WHEREAS, staff recommends awarding the contract for Water Meter Program Phase 2 to the low bidder, Teichert Construction, of Roseville, California, in the amount of $4,199,640; and WHEREAS, staff recommends RMC Water and Environment, of Walnut Creek, perform construction administration services. This is a time -and -materials contract with a not -to -exceed maximum of $416,993; and WHEREAS, National Meter and Automation, Inc., of Santa Rosa, is the local supplier for Badger Meter, Inc., of Milwaukee, that was approved by City Council on August 4, 2010, as the sole source provider of water meters to the Water Meter Program. Staff, along with RMC, has negotiated the necessary terms and requirements of the water meter assemblies' procurement and related field services. The total contract amount is $527,199; and WHEREAS, staff recommends appropriation of $5,690,000 from the Water Capital Fund to cover the cost of construction, construction administration services, water meter assemblies, Public Works Engineering staff, and contingency. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby award the construction contract for Water Meter Program Phase 2 to the low bidder, Teichert Construction, cf Roseville, California, in the amount of $4,199,640; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the time - and -materials contract for construction administration services to RMC Water and Environment, of Walnut Creek, California, in an amount not to exceed $416,993; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract for the water meter assemblies procurement and related field services to National Meter and Automation, Inc., of Santa Rosa, California, in the amount of $527,199; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the agreements; and BE IT FURTHER RESOLVED that funds in the amount of $5,690,000 be appropriated from the Water Capital Fund for this project. Dated: March 7, 2012 I hereby certify that Resolution No. 2012-21 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 7, 2012, by the following vote: AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and Mayor Mounce NOES: COUNCIL MEMBERS— Nakanishi ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS— None OHL City Clerk 2012-21 The City of Lodi Public Works Engineering r login `• h } l F Water Meter Program Phase 2 March 7, 2012 Agenda Item I - 1 Background ➢ 3,000 pre -paid meters installed and billed ➢ Usage -based WW billing starts July 2012 ➢ 3,811 meters installed in Phase 1 ➢ Phase 1 billing starts January 2013 ti p� .. C:.L a.U. .1 �' :!1 '4�' LAI°i�l Qli ASI n'' •ti �4�'' �. R',e'� �r -. �hi. .' orf ' �14 .. ", - • .- A '. '} " �;'� ;. -� : �� rJl �^'ti+`.•- ���'���5. f'� �[+-, � tii - � ����*�� 1j- �u�:,r,�T?.rt`�+.�' �� 4,1* :IL fJJ r1 L.�iu' ... 'LI �� - - '- .1i. .-��:�1 y�� F•'�,'a,'ti��,st !?-��.�'i � . - 'Iw ��jff. -. � r, '��r-r. .'�l fes' x:4'rl - ._ '!'i 1'. --• .:.. ��r,: v'.4' � i�L;Fy��r/; +r�,��3�a., L�'•w-. �� r�ti`�rL ;',.� + ��E;F� �ti 7trnu +�:•`- �'� ,-" .�.�'li; .- _S1h.Ah��� -iti^. .L--.yi.:'r'. '.I fL'I. :2t1 I� 5/!x[5•. 'F a� {r.elh' Ly�Y ;J'�. Sj ■�r -- - :.. _— -.- rT, ��i, _�.f -'s. ,l_ii�.'��'.: t.� :-L�_ l ::J-1.:. �!. a...'9►t. Y �. ail�ux' •�Lvl': X14 - .. �A - ''S ' ..1.7 P %=' � _' ,�`�V. r�.� ,.{� � „ A' 6 - C. :Lr� C�JYr WaML. .Lt...w-.w� - :L•'L;- A`� .',1J° ti}. `:� l'[a�:r :y Lh .'- FI. _:: }'.:i.5,i�'— :i r_ LS:'1'-i�� ': I:' ej �54'�:'L��:_ _.'I' '41'_.i:riacsL;• ... _�sx�4 -- ijaSErI' �� ,,' .,{_1:1;. Lt,f-IT�xS''rL sM:L . ' wr, :.._i:- _...- . 'se�,tiE:?'::zd 7�3� :� :i St:C:C _ ��lW `rryf, fix'' yll +• �= G`_"i �.`._ .-. ..F,6c?i. .s a. _ _.. -'. ti':. _ .'f• �: 'L'� ir�w _i��4T�1 if _.}��•� � [�,1}r I� �r` h .>i ��M����ii" � i:F L :. - -_ V �.� :. _..I; ..._-�rl.: �i �I.i _ a. ��Gi �- � ��arG � .i�r4��.•_._��- -''� Ii�YY; lai` iii .i: r.'i :. G m.` - .- F; ,. _ - - I� - �" •�••,'_a' ;•gym;' _ �-�•'•'.'I' ,�� � '1��y l�d,• �'{ 44 ,Y1�._, i'- .:!,.l ff ``�: Ali - - ai �. _ . : n l 1:.• - . li:. Yi"�y• -,:�'- t 4�+p hil. 4 Phase 2 - Construction 2,111 meters an Teichert Constru 12 Bidders d 5 miles of pipe ction low bid: $4,1 Range: $4,411,230 - $7,324,961 Engineer's Estimate: $5,739,835 99,640 Favorable biddina climate should continue Construction Management ➢ RMC Water and Environment ➢ Resident Engineer ➢ 1.25 Field Interns ➢ Material Testing (Neil Anderson) ➢ $416,993 (8.5 percent of contract) National Meter & Automation ➢2,300 meter assemblies (meter/register/ERT) ➢Serial numbers recordation ➢ GPS location ➢Asset database ➢$5277199 Questions? C�l��'�K�1�P►[NI� JOANNE L. MOLINCE, Mayor ALAN NAKANISHI, Mayor Pro Tempore LARRY D. HANSEN BOBJOHNSON PHIL KATZAKIAN CITY OF LODI PUBLIC WORKS DEPARTMENT CITY HALL, 221 WEST PINE STREET P.O. BOX 3006 LODI, CALIFORNIA 95241-1910 (209) 333-6706 FAX (209) 333-6710 EMAIL pwdept@lodi.gov http :\\www .lodi. gov March 1, 2012 RMC Water and Environment Attn: Tony Valdivia, Operations Manager 2001 N. Main Street, Suite 400 Walnut Creek, CA 94596 KONRADT BARTLAM City Manager RANDI JOHL City Clerk D. STEVEN SCHWABAUER City Attorney F. WALLY SANDELIN Public Works Director SUBJECT: Adopt Resolution Authorizing City Managerto Execute Agreements with the Following Entities for the Water Meter Program Phase 2 Project and Appropriating Funds ($5,690,000): A. Teichert Construction, of Roseville, for Construction ($4,199,640); B. RMC Water and Environment, of Walnut Creek, for Construction Administration Servic6s ($416,993); and C. National Meter and Automation, Inc., of Santa Rosa, for Meter Assemblies and Field Documentation ($527,199) Enclosed is a copy of background information on an item on the City Council agenda of Wednesday, March 7, 2012. The meeting will be held at 7 p.m. in the City Council Chamber, Carnegie Forum, 305 West Pine Street. This item is on the regular calendar for Council discussion. You are welcome to attend. If you wish to write to the City Council,please address your letter to City Council, City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the mail. Or, you may hand-deliverthe letterto City Hall, 221 West Pine Street. If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's card (available at the Carnegie Forum immediately priorto the start of the meeting) and give it to the City Clerk. If you have any questions about communicating with the Council, please contact Randi Johl, City Clerk, at (209) 333-6702. If you have any questions about the item itself, please call me at (209) 333-6709. n F. Wally Sandelin "7� r • Public Works Director FWS/pmf Enclosure cc: City Clerk K;\WP\PROJECTS\WATERWIETERS\WATER METER PROGRAM PHASE 2\NCAWARD, DOC